Loading...
SS9301-CN 921208 2 AGENDA REQUEST FORM UNCII- h~-P-TING December 8. 199Z ITEM N-tIMBER ITEM CAPTION: The award of Bid #Q0792-03 for the Grapevine Creek Trunk Sewer Main Branches I and II ~o KENCO, Inc. in the amount of $2,815,005.50. (This includes the base bid and Alternates #3, #4, #$, and Change Orders #I and 2) and authorizing the Mayor to sign th~ contract and change orders. e) ~,~ City Engineer /] OTHER REP'~ ' ' _ ....' .... ' EVAI.UATION OF ITEM: DATE: November 30, 1992 See Page 2 - The award of Bid v-Q0792-03 for the Grapevine Creek Trunk Sewer .Main Branches I and II to KENCO, Inc. in the amount of S2,815,005.$0. BUDGET AMT. ~ $3,990,000.00 AMT. ESTIMATED $2,815,005.50 AMT +/- BUDGEirl, 174,994.50 FINANCIAL REVIEW BY // / COMMENTS: The appropriated funds for Branch I and Branch II are $3,990,000.00. The appropriated funds include the initial amount issued in April of 1991 in the amount of $1,750,000.00 for Branch I and $740,000.00 for Branch II. The amount issued in September of 1992, in the amount of $1,500,000.00, is for Branch I. A portion of the remaining balance of $1,174,994.50 will used to fund the engineering portion of this project. PAGE 2 (Continued) The award of Bid #Q0792-03 for the Grapevine Creek Trunk Sewer Main Branches I and II to KENCO, Inc. in the amount of $2,815.005.50. On September 29, 1992, bids were received for the Grapevine Creek Sewer Main Branches I and II. The Iow bidder on the project was KENCO, Inc. At the November 10, 1992 City Council meeting, the various alternates and change orders associated with the project were presented to Council to obtain direction prior to the award of the bid. Based on the direction given, the City is recommending the bid be awarded in the following manner: Base Bid - Branch I $2,035,196.50 Base Bid - Branch II 526,016.00 Alternate//3 - 64,460.00 (Microtunnel Denton Tap in lieu of boring) Alternate//4 65,952.00. (Microtunnel rear of lots on Crestview Ct.) Alternate #5 (with materials) - 982.00 (Microtunnel rear of Brock property) Change Order//1 - 210,366.00 (Microtunneling Bethel) Change Order/32 (Associated with 42,917.00 Ms. Alexander's property) TOTAL $2,815,005.50 A copy of the information provided at the November 10, 1992 Work Session is provided. Also, a copy of the bid tabulation and Change Orders//1 and #2 is provided for Council review. Staff recommends the award of the project to KENCO, Inc. in the amount of $2,815,005.50. Staff will be available to answer any questions at the City Council meeting. SL~PORT DOCY~ENTATION FOR AGENDA IT~t ?7.%MP RECEIV~ BY CITY F~CNAGER'S OFFICE: 5UFPORT E~DCL~N~ATION SUBMI~33 WI~ AGE~)A I3~: NO. OF ORIGII~S ~UIRI]) ~EMCS/LETTERS/REPORTS/BILLS/MINUTES: 1 each C35---"-3-CT,'ACP-E~fE-~NT ................. : 3 originals for signature C.'.P. CONT~ACT ..................... : 6 originals for si~ture C~?lO~' ............................. : 1 blu{b~ck for {~tut~ + 3 c~i{s ESOLUTION .......................... : 2 blu{ba~h for ~tu. + I copy . R ~TION ........................ : 2 blueb~ch for m~ture + 1 copy m BI5 ................................. : I each LOCATiO~ MAPS ....................... : 12 ZONING PLAJVS ........................ : 12 PRELIMINARY/FINAL PLATS ............. : 12 SITE PLANS .......................... : 12 LA~%~SCAP E PLANS ..................... : 12 ARCH. ITECIT~AL RENDERINGS ............ : 12 DATE PUBLISHED IN THE CITIZENS'ADVOCATE: NOTIFICATION TO: DATE/MET]~D OF CO~TACT: NOTES M. Consider approval of a final plat of Stonemead Estates (formerly Parks of Coppell, Section II), located at the northeast comer of Denton Tap Road and Parkway Boulevard, at the request of Centex Real Estate Corporation. N. Consideration of approval of a Proclamation proclaiming December, 1992 as "National Drunk and Drugged Driving Awareness Prevention Month", and authorizing the Mayor to sign. O. Consideration of adoption Ordinance No. 91500-A-25 approving the Historic Preservation Ordinance and authorizing the Mayor to sign. P. Consideration of a proposal from Teague, Nail & Perkins for professional services to prepare computerized utility/aerial mapping services in the amount of $51,500.00 and authorizing the Mayor to sign. Q. Consider approval of Resolution 112392.1 requesting the Texas State legislature to totally reject the "Fair Share Plan" because of its unfairness to many Texas cities and towns and to find a resolution that is equitable to everyone, both the advantaged and disadvantaged. R. Consideration and approval of a Citywide Radio Communications Upgrade Project totaling $378,215.00 to include: 1) Approval to enter into an agreement with the City of Lewisville for the sharing of a trunked radio system for a cost of $30,000.00, and authorizing the Mayor to sign; 2) Approval to enter into an agreement with Motorola Communications and Electronics, Inc. for the renovation of the radio communications center, upgrading of civil defense warning system, and the purchase of mobile and hand-held radios for the total cost of $343,215.00; and 3) Approval of consultant fees and related miscellaneous services required for renovation for a total cost not to exceed $5,000.00; and authorizing the Mayor to sign. S. Consideration and approval of awarding Bid #Q-1192-01 for the purchase of a sanitary sewer video and grout unit from CUES, Inc., of Orlando, Florida for a total cost of $173,890.50. T. Consider approval of a final plat of Fairways @ Riverchase, located east of Riverchase Drive north of Riverchase Club, at the request of Thompson Interests. Lt. Consideration of approval of Ordinance No. 92582 amending Sections 4-2-2, 4-2- 4, and 4-2-10 of Article 4-2 of Chapter 4 of the Code of Ordinances known as the Police Reserve Force Ordinance to provide the same residency requirements for Reserve Officers as for full-time employees, to allow Police Reserve Officers to operate Police vehicles alone, and to remove the limitation on the number of authorized Police Reserve Officer positions, and authorizing the Mayor to sign. V. Approval and confirmation of Police Reserve Officer Jerry Cassel by Mayor and City Council. Items 18 D, E, H, I, L, P, S, and T were pulled from the Consent Agenda and considered individually. Item I8-I was withdrawn at the request of Catellus. Mayor Pro Tern Smothermon moved to approve Items 18 A, B, C, F, G, K carrying Ordinance No. 91500-A-24, M, N, O carrying Ordinance No. 91500-A-25, P, Q, R, U carrying Ordinance No. 92582, and V, with Item M amended to read "northeast", instead of "northwest". Councilman Garrison seconded the motion. The motion carried 7-0 with Mayor Pro Tem Smothermon and Councilmen Weaver, Thomas, Morton, Mayo, Robertson and Garrison voting in favor of the motion. CM120892 Page 8 of 10 REGULAR SESSION (Open to the Public) Consent Agenda 18. A. Consideration of formal acceptance of the Soccer Field Improvements Project at Andrew Brown Jr. Community Park and the final payment to American Grass Corporation, in the amount of $4,747.63, including the release of all retainage. B. Consideration for awarding Bid gQ-1092-02 for an annual contract for the purchase of sign materials to Price Barricade and Signal for an estimated amount of $12,200.00; Road Runner Traffic Supply for an estimat~ amount of $6,545.00; Unistrut for an estimated amount of $4,821.00; Highway Sign and Paint for an estimated amount of 5,105.00; and Center Line Supply for an estimated amount of 5,026.00, which makes an estimated total of $33,697.00. C. Consideration and approval of awarding Bid Number Q-1092-06 for printing of Utility Bills to Vanier Business Forms for a total of $6,908.00. D. Consideration and approval of awarding Bid Q-1092-03 for rental of pocket pagers to Southwestern Bell in the total amount of $3,067.20. E. The award of Bid #Q0792-03 for the Grapevine Creek Trunk Sewer Main Branches I and II to KENCO, Inc. in the amount of $2,815,005.50. (This includes the base bid and Alternates g3, g4, g5, and Change Orders gl and 2) and authorizing the Mayor to sign the contract and change orders. F. Consideration for granting a one (1) year extension to the contract for purchase of water meters to various firms not to exceed $38,300.00. G. Consideration of awarding Bid #Q-1092-04 for installation of two traffic signals at intersections of (1) Bethel Road/Coppell Road and (2) MacArthur Blvd. and Samuel Blvd., to Arjang Electric Systems, in the amount of $118,142.40, and authorizing the Mayor to sign the contract. H. Consideration Ordinance No. 92581 approving an amendment to the budget in the amount of $1,000.00 for the City of Coppell for the Fiscal Year October 1, 1992 through September 30, 1993 and authorizing the mayor to sign. I. Consider award of Bid No. Q-1192-02 to the Citizen's Advocate as the City's official newspaper for a period of one year beginning January 8, 1993, with the City reserving the option to extend the bid contract for four (4) additional one- year periods as it deems to be in the best interest of the City, with the cost per line for legal notices, other notices, and maps or special drawings ranging from $.26 for 9-point type to $1.90 for 72-point type and 50% discount off of the current rate for items not listed. J. Consideration of awarding Bid gQ-1092-05 for Gateway Business Park Phase I-B to Apac-Texas, Inc. in the amount of $1,271,887.65 and authorizing the Mayor to sign the contract. K. Consideration and approval of the adoption Ordinance No. 91500-A-24 for a zoning change from (MF-2) Multi-Family-2 to (SF-7) Single-Family-7, Lakewood Addition, Case gZC-536, located south of Parkway Boulevard, east of MacArthur Boulevard, and along the east and west side of Village Parkway, and authorizing the Mayor to sign. L. Consider approval of a final plat of Parks of Coppell, located at the southeast corner of Parkway Boulevard and Heartz Road, at the request of Centex Real Estate Corporation. CM120892 Page 7 of 10 18-D Frank Trando, Deputy City Manager/Finance Director answered the Council's questions regarding the number of pagers needed. Mayor Pro Tem Smothermon moved to approve the awarding Bid of Q-1092-03 for rental of pocket pagers to Southwestern Bell in the total amount of $3,067.20. Councilman Weaver seconded the motion. The motion carried 7~0 with Mayor Pro Tem Smothermon and Councilmen Weaver, Thomas, Morton, Mayo, Robertson and Garrison voting in favor of the motion. 18-E Wayne Ginn addressed the Council to answer their questions. Mayor Pro Tern Smothermon moved to approve the awarding of Bid #Q0792-03 for the Grapevine Creek Trunk Sewer Main Branches I and II to KENCO, Inc. in the amount of $2,815,005.50. (This includes the base bid and Alternates #3, #4, #5, and Change Orders #1 and 2) and authorizing the Mayor to sign the contract and change orders. Councilman Morton seconded the motion. The motion passed 5-2 with Mayor Pro Tem Smothermon and Councilmen Thomas, Morton, Robertson and Garrison voting in favor of the motion and Councilman Weaver and Mayo voting against the motion. 18-H Councilman Thomas moved to approve Ordinance No. 92581 to amend the budget in the amount of $1,000.00 for the City of Coppell for the Fiscal Year October 1, 1992 through September 30, 1993 and authorizing the Mayor to sign. Mayor Pro Tem Smothermon seconded the motion. The motion carried 5-2 with Mayor Pro Tem Smothermon and Councilmen Thomas, Morton, Robertson, and Garrison voting in favor of the motion and Councilmen Weaver and Mayo voting against the motion. 18-I Dorothy Timmons, City Secretary, explained the bid process and that bidders do not typically make presentations to the Council. The only bidder the Council is legally required to allow to speak is the low bidder and only when that low bidder is not being awarded the bid that is being considered. Mayor Wolfe indicated to Council that allowing bidders to speak is out of the ordinary; however, out of courtesy to the news media, Council will hear presentations from any representatives present. Lynn Dickerson, President of the Harte-Hanks Community Newspapers, urged Council to consider the Coppell Gazette to carry the legal notices. Understanding they were not the low bidder, she stated she believes they are a good value for the City of Coppell's money. She showed that there was a very minor difference between the low bid and their bid for the cost per line, yet indicated that the Coppell Gazette delivers to virtually every household in Coppell and has an average issue audience readership of 76% versus that of the Citizen's Advocate of 26%. Jean Murph of the Citizen's Advocate gave her presentation to the Council. She stated the Citizens Advocate Newspaper is classified as a legal newspaper meeting all of the specifications of the State of Texas and the Texas Press Association, and is the only Coppell newspaper who meets these specific requirements. She also stated that her newspaper has a subscriber readership, enhancing the fact that the paper would be read more, versus a paper that is thrown to every home in the City. There was no representative present from the Metrocrest News. Councilman Morton then moved to award Bid No. Q-1192-02 to the Citizen's Advocate as the City's official newspaper for a period of one year beginning January 8, 1993, with the City reserving the option to extend the bid contract for four (4) additional one-year periods as it deems to be in the best interest of the City, with the cost per line for legal notices, other notices, and maps or special drawings ranging from $.26 for 9-point type to $1.90 for 72-point type and 50% discount off of the current rate for items not listed. Councilman Weaver seconded the motion. The motion carried 6-1 with Mayor Pro Tem Smothermon and Councilmen Weaver, Thomas, Morton, Robertson and Garrison voting in favor of the motion, and Councilman Mayo voting against the motion. 18-L Councilman Weaver moved to approve a final plat of Parks of Coppell, located at the southeast corner of Parkway Boulevard and Heartz Road, at the request of Centex Real Estate Corporation. Councihnan Thomas seconded the motion. The motion carried 7-0 with Mayor Pro Tern Smothermon and Councilmen Weaver, Thomas, Morton, Mayo, Robertson and Garrison voting in favor of the motion. CM120892 Page 9 of 10 CITY OF COPPELL CItANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch I CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CHANGE ORDER NO: I DATE: 11/16/92 CItANGE OR EXTRA WORK TO BE DONE Description: Microtunnel East Bethel Road Exhibit "A" - Letter dated Oct. 14, 1992 attached hereto (4 pages) Previous contract amount ............................................................. $2,561,212.50 Net increase (decrease) in contract amount ........................................... 210,876.00 Revised contract amount ................................................................ 2,772,088.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: ~cgreed to b.g the Contractor: ~..F~.~"'.,j~¢~ L_ Date: //'/' -- ./~fz Accepted by the Owner: · '--,-..~ ~:_/;_~.~.~ Date: / EXIIIBIT 'h' co #~ I(ENI(O CONTRACTORS ~t,q~ Unit Price ,:t) ~(;- ~ '~)" ~"," ~:,~.~~t-' :~ 88. O0 ~:-..~,..,--~; .'..t_'" ~",';' 'i0 k.k- 83.00 -t'.:') }lodil'y Cutve~'t. i [.5 1.0,000.00 ~:' ' _.: tO , 000 . O0 '?;',00-" >!}t ~, I ~'9+70 i t}'k o 600 O0 Subt;~tal ~(54,090.00) ] t.e,m L:nit PFice ""~10-]. ~licr'~., tunnel .,-'~'..., l.tV o 155.00 2o2-t 30" k'B~(';kS Pi_pc .'335 Lk itS.00 DFoD }IH ¢- 119+70 ~ E.k 4,000.00 Px'm~ Bepair 2 EA .__~_~ 500. OO Subtota~ 899,450.00 SOUTHWESTERN DIVISION- 16415 Addison Rd.. Ste. 308-Dallas, TX 75248-12141 931-9494- Fax (214) 931-5474 i~,'ESTERN DIVISION - Post Office Box 831 - Calimesa. California 92320 - f7141 795-2568 - Fax (714) 795-1840 CORPORATE OFFICE- 1694 91st Avenue- Minneapolis Minnesota 55434-(612i 786-6510- Fax (612) 786-6602 EXHIBIT "A" CO #1 Plan Sheet ~6 Delete: Item Unit Price 2(,10-2 3()" PVC 200 LF $ 83.00 2610-3 30" PVC 350 LF 88.00 260G-12 Mt-i ~ 118+00 1 EA 2,800.00 2600-3 MH ,5 115+65 1 EA 2,800.00 2600-3 MH i 114+45 1 EA 2,800.00 Subtotal $(55,800.00) Add: Item Unit Price 2310-1 ~icro Tunnel 550 L¥ $ 155.00 2624 30" FBRGLS Pipe 550 kY 115.00 Dro~ MH ~ 118+00 1 F.A 4,300.00 MH 6' 114+45 1 EA 4,200.00 Pvmt Repair 2 FA 2,500.00 Subtotal $162,000.00 Plan Sheet {7 Delete: Item Unit Price 2610-3 30" PVC 600 L¥ $ 88.00 2600-3 MH ~ 113+25 ]EA 2,800.00 2600-3 M}! ~ 112+40 1 EA 2,800.00 2600-3 MH ~ 108+90 1EA 2,800.00 2600-3 MH ~ 107+60 1EA 2,800.00 Subtotal $(64,000.00) Add: Item Unit Price 2310-1 Micro Tunnel 600 LF $ 155.00 2624 30" FBRGLS Pipe 600 LF 115.00 MH ~ 112+40 1 EA 4,200.00 MH ~ 108+90 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $175,400.00 EXHIBIT CO ~1 Plan Sheet 18 Delete: Item Unit Price 2610-3 30" PVC 630 LF $ 88.00 2600-3 Manholes 7 EA 2,800.00 Subtotal $(75,040.00) Add: Item Unit Price 2310-] Hicro tunnel 630 LF $ 155.00 2624 30" FBRGLS Pipe 630 L[ 115.00 H!{ ,~ 105+03 1EA 4,200.00 bi?{ ~ 102+48 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $183,500.00 Plan Sheet #9 Delete: Item Unit Price 2610-2 30" PVC 130 LF $ 83.00 Subtotal $(10,790.00) Add: Item Unit Price 23101-1 Micro tunnel 130 LF $ 155.00 2624 30" FBRGLS Pipe 130 LF 115.00 Pvmt Repair 1EA 2,500.00 Subtotal $37,600.00 Total Difference (Pipe Installation) $398,230.00 Delete Paving (122,864.00) Total Net Increase $275,366.00 Upon reviewing the bid proposal, it was noticed that'there was no bid item provided for 30" Dia. Fiberglass Reinf. Polyester Pipe in Alternate No.5. The Unit Price for this item would be $115.00 per linear foot. If the City of Coppell elects to award the Contract and includes Alternate No. 5, an additional Lump Sum deduct of $10,000.00 will be allowed. (See Case "A" below). If the City of Coppell elects to award the Contract and includes Alternate No. 3, Alternate No. 4, Alternate No. 5 and the proposed alternate for micro tunnelling East Bethel Street, in addition to the above deduct a deduct of $65,000.00 will be allowed. (See Case "B" below) - EXHIBIT 'A' CO #1 CASE "A" Base Bid $2,561,212.50 Alternate No. 5 (Excluding 30" FBRGL Pipe) (30,542.00) 30" Fiberglass Pipe (344 LF ~ $115.00/LF) 39,560.00 Lump Sum Deduct (10,000.00) Total Contract CASE "A" $2,560,230.50 CASE "B" Base Bid $2,561 212.50 Alternate No. 3 (64 460.00) Alternate No. 4 65 952.00 Alternate X¢). 5 (30 542.00) 30" Fiberglass Pipe for Alt. No. 5 39 560.00 Lump Sum deduct, Alt. No. 5 (10 000.00) East Bethel Rd. 275 366.00 Lump Sum Micro tunnelling deduct (65 000.00) Total Contract CASE "B" $2,772,088.50 If you have any questions, please call. Sincerely, Daniel R. Frettinger drf/ca CITY OF COPPELL CIIANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch II CONTRACTOR: KENKO, Inc. OWNER: City of Coppeil CIIANGE ORDER NO: 2 DATE: 11/16/92 CIIANGE OR EXTRA WORK TO BE DONE Description: Add Lateral "A" Exhibit "B" attached hereto (1 page) Previous contract amount ............................................................. $2,772,088.50 Net increase (decrease) in contract amount ............................................. 42,917.00 Revised contract amount ................................................................ 2,815,005.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: Ag~reed to by the Contractor: '.~. ~. . Date: //- Accepted by the Owner: ~,~_. CITY OF COPPELL GRAPEVINE CREEK SEWER BRANCH II C.O. //2 LATERAL "A" 11/13/92 Approx. Unit Item Item # Description Qty. Price Total 2050-1 Abandon exist. MH 1 ea. $100 = $100.00 2600-3 Std. 5' MH (10'-15') 1 ea. 2,700 = 2,700.00 2600-5 Std. 6' MH (15'-20') 1 ea. 3,600 = 3,600.00 2600-7 5' Drop MH (15'-20') 1 ea. 2,900 = 2,900.00 2610-2 24" PVC Sewer (10'-15'.) 308 LF 74 =22,792.00 2610-3 24" PVC Sewer (15'-20') 75 LF 78 = 5,850.00 2610-4 24" PVC Sewer (.,.0 -_:~ ) 25 LF 89 = 2,225.00 2610-11 Vents for MH's 2 ea. 500 = 1,000.00 2610-9 12" PVC Sewer 10 LF 40 = 400.00 2610-8 15" PVC Sewer 30 LF 45 = 1,350.00 TOTAL $42.917.00 EXHIBIT "B" ITE'~ ~:sCr~rT:O:~ C..-'. .;'.i~-~:,:- ~.c~ -,~_ ~'=~',T :',;T r -.=~ ;=':, ~:,' .'~'' ' - '''~:: '"~ ....... ~-~'~ ..... ' ?:"-- ''-~ ......- ~ ' BRAff~CH I - BASE BID AND ALTERNATES i, I . ' ' EP,;NCH II - BASE BID AI',;D ALTERNATES  CHg - ~ ~ TOT~ : ' -SS.~. 's';~ ~.'.~ .. S~:' i ........ .......................... .' TOTAL BASE BID ~OUNT s= ~,.='z ~ .' ~.~ c~ 7~ ' ~t .-~ ~ ' · I~&PE¥'INE CREEK SEWER TRUNK MAIN [--:-~.~'L~:--'7£.- ~ ]---i{ ...... "% ' THE GINN CORPORATION Consulting £ngineers November 3, 1992 Ken Griffin, P.E. City Engineer City of Coppell P.O. Box 478 Coppell, Texas 75019 RE: Grapevine Creek Sewer Branch I & II Dear Mr. Griffin: Bids were received on September 29, 1992 for the above referenced project. KENKO, Inc. was the apparent low bidder with a bid of $2,561,212.50 for both Branches I & II. Attachment "A" lists the bidders and their bids. Attachment "B" shows the complete bid tabulation with unit prices. Alternative Consideration. We requested the iow bidder, KENKO, Inc. to re-evaluate their bid with consideration for Microtunneling East Bethel Road. Attachment "C" provides their alternative costs. The bottom line is: KENKO, Inc. is willing to give a lump sum deduction of $65,000.00 from the unit prices bid. Therefore, the net additional cost to the City would be $210,366.00 for Microtunnelling East Bethel Road. Attachment "D" is information obtained from KENKO, Inc. regarding their experience, financial statement, and bonding. Also included is information regarding '7103 P-eston Rcao · Su,te 205 · Dallas. Texas 75248 · Phone 214:248-4900 P O Bc,' 79657.7 · Da~as. Texas 75379-6577 · ;AX 214.93!-1452 'Ken Griffin, P.E. 11/03/92 Page 2 Southland Contracting, the subcontractor for the Microtunnelling portions of the project. Based on the bids and information submitted. It is our recommendation that a contract in the amount of $2,772,088.50 be awarded to KENKO, Inc. for the construction of the Grapevine Creek Sewer Branches I & II. We will be happy to have the contract dc~¢uments executed and issue a "Notice to Proceed" with construction upon receipt of your written authorization. Yours truly, H. Wayne Ginn, P.E. ATTACHMENT "A" CITY OF COPPELL GRAPEVINE CREEK SEWER BRANCHES I & II BASE BID SUMMARIES SEPTEMBER 29, 1992 CONTRACTOR BASE BID 1. KENKO, INC. $2,561,212.50 2. BAR CONSTRUCTORS 2,690,084.75 3. OSCAR RENDA * 3,868,356.00 4. SABINE CONTRACTORS * 3,761,921.00 5. BRH GARVER, INC. 3,055,099.00 6. PATE BROTHERS CONST. 3,062,644.45 7. E.P. BRADY, INC. 3,163,600.75 8. CIRCLE C CONSTRUCTION 3,310,875.00 * ERROR IN BID. CORRECTED BID PLACES BIDDER IN 3RD AND 4TH PLACE, RESPECTIVELY. A2~FACHMENT "B" CITY OF COPPELL GRAPEVINE CREEK SEWER BRANCHES I & II COMPLFTE BID TABULATION DRAFT * WORK SESSION ~ CITY COUNCIL lWm~t'I~ING November 10, 199Z Discussion of the bid opening for the Grapevine Creek Tr~k Sewer M~n Brach I ~d II ~d Direction on bringing forth a recommendation for award of the bid. ', ~ BY: STA~ R~ Kenneth M. Griffin, P.E. ' ~r s Si~) City Engineer ' ~~ ~~ ~ Steve Goram, D~ector of Public Works ~VAI.IIA~N OF ~: DA~: November Z. lqqZ On September 29, 1992, bids were received for the Grapevine Creek Sewer Main Branch I and II. The low bidder was Kenko, Inc. The project was bid with several alternates and, because of the excellent bid prices, the City pursued an additional alternative to the project. Attached to this agenda item is a schematic showing the general limits of the project and the location of the various alternates. Alternates #1 and #2 were for a change in materials for the sewer line. Neither one of those were economically feasible to the City, therefore, they will both be requested to be rejected. Alternate #3 was to microtunnel beneath Denton Tap Road in lieu of boring. This alternate is substantially lower for the microtunneling. Alternate #4 was to microtunnel across the rear of some lots on Crestview Court in lieu of open cutting. This alternate was requested because of the steepness of the banks and the possibility that open cutting would disturb the banks thereby creating the potential for perceived foundation problems in the future. This alternate is approximately $66,000 higher to microtunnel. Alternate #5 was to microtunnei across the rear of the Roy Brock property in lieu of open cutting. This alternate is approximately the same cost to microtunnel. However, because of the property and the existing improvements, the microtunneling still appears to be the best alternative. SEE PAGE 2 - BID OPENING FOR THE GRAPEVINE CREEK'S TRUNK SEWER MAIN'S BRANCH I AND II BUI~ET AMT. AMT. ESTIMA~ AbffT. +1- BUDGET FINANCIAL REVIEW BY: · -~[~AL REVIEW BY: REVIE~V~D BY CM: BID OPENING FOR THE GRAPEVINE CREEK'S TRUNK SEWER MAIN'S BRANCH I AND II PAGE 2 Because the bids came in lower than expected, staff pursued another alternative to microtunnel down the entire length of east Bethel Road in the Creekview subdivision. This option was pursued because it will speed up the project, it will cause less disruption to the neighborhood, there could be substantially less property damage to the parkway, the street will not have to be patched and it will give a much cleaner, smoother project through the neighborhood. The cost to microtunne[ Bethel is approximately $210,000 higher than open cutting. However, because of the deepness of the sewer line, about 25 to 30 feet, there are still many unknowns that could be encountered in the open cutting process. Many water and sewer services could be cut, there could be a general onslaught of complaints from the residents, and if the weather turned bad during the open cutting of the street, there could be severe access problems for prolonged periods through the neighborhood. Staff has reviewed the various alternates with the consultant and it is staffs opinion that Alternates #3, #4 and #5 should be pursued. Also, the City. should pursue microtunneling Bethel Road and reconfiguring the sewer line across Ms. Ruth Alexander's properly. When all of the alternates and changes are considered, the following is the best estimate of the construction cost for Branch I and Branch II. A detailed breakdown of the anticipated cost is also attached for your review. ESTIMATED TOTAL ESTIMATED TOTAL BRANCH I BRANCH II Construction $2,246,072.00 $566,016.00 Consultant fees $ 309,000.00 $ 78,850.00 Testing $ 40,000.00 $ 10,000.00 Inspection fees In-house In-house Total $2,595,072.00 $654,866.00 5% Contingencies $ 130,000.00 33,000.00 Total $2,725,072.00 $687,866.00 Est. Right-of-Way Costs $ 50,000.00 $ 10,000.00 Total $2,775,072.00 $697,866.00 BID OPENING FOR THE GRAPEVINE CREEK'S TRUNK SEWER MAIN'S BRANCH I AND II PAGE 3 It appears that the estimated total cost for Branch I and Branch II, with the City pursuing all options, will be about $3,500,000.00. The appropriated funds for Branch I and Branch II is $3,990,000.00. The appropriated funds include the initial amount issued in April of 1991 of $1,750,000.00 for Branch I and $740,000.00 for Branch II and the amount issued in August of 1992 of $1,500,000.00 for Branch I. If the City chooses to not perform any of the options that have an increased cost associated with them, then the estimated cost of Branch I and Branch II will be about $3,200,000.00. This figure eliminates Alternate #4, microtunneling down Bethel Road and the changes on Ms. Alexander's property. A copy of the bid estimate is attached. Staff will be seeking general discussion and direction from the City Council on how to bring forth a recommendation at the December 8, 1992 City Council meeting. The City is still in the process of acquiring all the necessary easements and the contractor has indicated that he will not be in a position to begin this project until after the first of the year because the subcontractor for the microtunneling is currently tied up on another project. Staff will be available to answer any questions at the City Council meeting. CITY OF COPPELL CIIANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch I CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CHANGE ORDER NO: I DATE: 11/16/92 CHANGE OR EXTRA WORK TO BE DONE Description: Microtunnei East Bethel Road Exhibit "A" - Letter dated Oct. 14, 1992 attached hereto (4 pages) Previous contract amount ............................................................. $2,561,212.50 Net increase (decrease) in contract amotmt ........................................... 210,876.00 Revised contract amount ................................................................ 2,772,088.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: ~k'greed to b,:~ the Contractor: / Accepted by the Owner: -)/~-,. .,-~.,: Z'.~../;-_.~ /~ Date: /'z · ! / / EXHIBIT "A" - CO #1 i(ENI(O CONTRACTOR S P.!_an_ ;,h~.eL /J'.) [;~.'. ] ~. I:..e: ] t ,.:'!Ii [.'[!it. ?1'1(.'~2 ,:t, LO-'b '~G" ]" ..,"bli. LF :¢ 88.00 ;-'." ;L~--.-; '('" ~'; .... /C' [_[' 83.00 2C.L)0-.3 MH ~- IL-:0+8() i [-:~A 2,800.00 2~,(}0-2 >U{ ~- ] }9+70 I E'A ___2~600.00 Subtotal S(54,090.00) ] t. em Un.it Przce 2.'3 I 0-] Micro. ttJlir}~.] ...... ~3.5 1.F v° 155 . 00 °r)24- 30" FBRt';LS ,.'~';,pe335 LP 115.00 Drop Mil ~. 1]_9+70 i EA A,000.00 Print. Repair 2 EA ~,500.00 Subtotal $99, AS0.00 SOUTHWESTERN DIVISION- 16415 Addison Rd., Ste. 308-Dallas, TX 75248-(214) 931-9494 - Fax (214) 931-5474 WESTERN DIVISION - Post Office Box 83! - Cai]mesa, California 92320 - (714) 795-2568 - Fax (714) 795-1840 CORPORATE OFFICE - 1694 91st Avenue - Minneapolis. Minnesota 55434 - (612'~ 786-65]0- Fax (612) 786-6602 E~HISIT 'A~ CO #1 Plan Sheet ~6 Delete: Item Unit Price 2610-2 30" PVC 200 LF $ 83.00 2610-3 30" PVC 350 LF 88.00 2606-12 HI{ ~ 118+00 1 EA 2,800.00 2600-3 MH :~ 115+65 1EA 2,800.00 2600-3 MH ~' 114+45 1 EA 2,800.00 Subtotal $(55,800.00) Add: Item Unit Price 2310-1 ~licro Tunnel 550 LF $ 155.00 2624 30" FBRGLS Pipe 550 LF 115.00 Drop., MH ~ 118+00 1EA 4,300.00 MH ~ 114+45 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $162,000.00 Plan Sheet ]7 Delete: Item Unit Price 2610-3 30" PVC 600 LF $ 88.00 2600-3 MH 4 113+25 1EA 2,800.00 2600-3 MH ~ 112+40 1EA 2,800.00 2600-3 MH @ 108+90 1 EA 2,800.00 2600-3 MH ~ 107+60 1EA 2,800.00 Subtotal $(64,000.00) Add: Item Unit Price 2310-1 Micro Tunnel 600 LF $ 155.00 2624 30" FBRGLS Pipe 600 LF 115.00 MH ~ 112+40 1 EA 4,200.00 M}l ~ 108+90 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $175,400.00 CO #1 - Plan Sheet ~8 Delete: Item Unit Price 2610-3 30" PVC 630 LF $ 88.00 2600-3 Manholes 7 EA 2,800.00 Subto%al $(75,040.00) Add: Item Unit Price 2310-1 Hicro tunnel 630 LF $ 155.00 2624 30" FBRGLS Pipe 630 LF 115.00 M}] 9 ]05+03 1EA 4,200.00 MH ~ 102+48 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $183,500.00 Plan Sheet #9 Delete: Item Unit Price 2610-2 30" PVC 130 LF $ 83.00 Subtotal $(10,790.00) Add: Item Unit Price 23101-1 Micro tunnel 130 LF $ 155.00 2624 30" FBRGLS Pipe 130 LF 115.00 Pvmt Repair 1EA 2,500.00 Subtotal $37,600.00 Total Difference (Pipe Installation) $398,230.00 Delete Paving (122,864.00) Total Net Increase $275,366.00 Upon reviewing the bid proposal, it was noticed that'there was no bid item provided for 30" Dia. Fiberglass Reinf. Polyester Pipe in Alternate No.5. The Unit Price for this item would be $115 00 per linear foot. ' If the City of Coppell elects to award the Contract and includes Alternate No. 5, an additional Lump Sum deduct of $10,000.00 will be allowed. (See Case "A" below). If the City of Coppell elects to award the Contract and includes Alternate No. 3, Alternate No. 4, Alternate No. 5 and the proposed alternate for micro tunnelling East Bethel Street, in addition to the above deduct a deduct of $65,000.00 will be allowed. (See Case "B" below) EXHIBIT 'A' - CO #1 CASE "A" Base Bid $2,561,212.50 Alternate No. 5 (Excluding 30" FBRGL Pipe) (30,542.00) 30" Fiberglass Pipe (344 LF ~ $115.00/LF) 39,560.00 Lump Sun: Deduct (10,000.00) /oral Contract CASE "A" $2,560,230.50 CASE "B" Base Bid $2,561 212.50 Alternate No. 3 (64 460.00) Alternate No. 4 65 952.00 Alternate No. 5 (30 542.00) 30" Fiberglass Pipe for Alt. No. 5 39 560.00 Lump Sum deduct, Alt. No. 5 (10 000.00) East Bethel Rd. 275 366.00 Lump Sum Micro tunnelling deduct (65 000.00) Iotal Contract CASE "B" $2,772 088.50 If you have any questions, please call. Sincerely, Kenko, Incl ~ Daniel R. Frettinger drf/ca CITY OF COPPELL CIIANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch II CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CHANGE ORDER NO: 2 DATE: 11/16/92 CHANGE OR EXTRA WORK TO BE DONE Description: Add Lateral "A" Exhibit "B" attached hereto (1 page) Previous contract amount ............................................................. $2,772,088.50 Net increase (decrease) in contract amount ............................................. 42,917.00 Revised contract amount ................................................................ 2,815,005.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: Ag~reed to by the Contractor: · 2 Date: Accepted by the Owner: ~¢'~'" ~"'~:' ~x Date: CITY OF COPPELL GRAPEVINE CREEK SEWER BRANCH II C.O. #2 LATERAL "A" 11/13/92 Approx. Unit Item Item # Description Qty. Price Total 2050-1 Abandon exist. MH 1 ea. $100 = $100.00 2600-3 Std. 5' MH ('10'-15') I ea. 2,700 = 2,700.00 2600-5 Std. 6' MH (15'-20') 1 ea. 3,600 = 3 600.00 2600-7 5' Drop MH (15'-20') 1 ea. 2,900 = 2 900.00 2610-2 24" PVC Sewer (10'-15') 308 LF 74 =22 792.00 2610-3 24" PVC Sewer (15'-20') 75 LF 78 = 5 850.00 2610-4 24" PVC Sewer (20'-25') 25 LF 89 = 2 225.00 2610-11 Vents for MH's 2 ea. 500 = 1 000.00 2610-9 12" PVC Sewer 10 LF 40 = 400.00 2610-8 15" PVC Sewer 30 LF 45 = 1,350.00 TOTAL $42,917.00 EXHIBIT "B" BRAi',~CH I - BASE BID AND ALTERNAT..:.." · ~' ~F -,i s ~:: s:.~, :::~s':.:: s-~,., s."~::~: s'-s:: ~:::*-:::.s-'~:: s'~..~.:: i I ~ ' . I DELVE THE FOLLO~N~: ~ i ' -~ i [ [ TOT~ AMOU~ DELVED ~ ow,~crr','c~c'.~PcL~.'r~,.~ i -' '" ..'~'-".'.' "~ ......... "'?- ' ":: ...... 2-'.-":" ........ ''-:----"-- ERANCt"I II - BASE BID AN3 ALTERNA'~'~S , : s. s:: J i , ~ CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch I CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CHANGE ORDER NO: I DATE: 11/16/92 CIIANGE OR EXTRA WORK TO BE DONE Description: Microtunnei East Bethel Road Exhibit "A" - Letter dated Oct. 14, 1992 attached hereto (4 pages) Previous contract amount ............................................................. $2,561,212.50 Net increase (decrease) in contract amount ........................................... 210,876.00 Revised contract amount ................................................................ 2,772,088.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completiou ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: ~greed to bi the Contractor: Accepted by the Owner: co #! ICENI(O C2 0 N'I- I:~ AC~ TO I~ S '-'.',Iii t,','[~1,'-::;{ ?.ii,.. t,:-I IL.,WIII(J i:; d t.'OSt; comparison t,'-:~' Mic:"o k. ci :; I ?,e t li~" i [';'o ] ,'t.O: ] t (::'111 r~-l-I i f' 1["1' 1('(~ ,:(;.t'.'.!--3 ?,t)" i",'," 2~,~) i,F " 88 00 I i.;. - 2 3 (.5" 1' '," ' '! 0 '[ F 8 '3.00 4?'5 MOclli'v ,"'ui. vert I ;..~; to,000.00 ,;530 Brick Paxer's 1 I.:3 10,000.00 00-.i MH ~ _[>:0+8~) [ [-'_-\ 7.,800.00 '~600-2 MH ~, /i9+70 i E'A .... 2t600.00 Subtotal $(54,090.00) Add: 'It. em Un.i.t Price "310-1 Micro runr,,¢l "35 I,F o 155 O0 2~)2-1 30" [-'BRGLS Pipe 335 l,l- 115.00 Drop MH _~ 119+70 I EX 4,000.00 Pvmt Repair 2 EA .._._2_t. 500.00 Subtotal $99,450.00 SOUTHWESTERN DIVISION- 16415 Addison Rd., Ste. 308-Dallas, TX 75248-1214) 931-9494- Fax (214) 931-5474 WESTERN DIVISION - Post Office Box 831 - Calimesa~ California 92320 - (714~ 795-2568 - Fax (714) 795-1840 CORPORATE OFFICE - 1694 91 st Avenue - Minneapolis. Minnesota 55434 - (6121 786-6510 - Fax (612) 786-6602 CO #1 Plan Sheet ~6 Delete: Item Unit Price 2610-2 30" PVC 200 LF $ 83.00 2610-3 30" PVC 350 LF 88.00 2600-12 M}{ ~ 118+00 1EA 2,800.00 2600-3 MH .~ 115+65 1EA 2,800.00 2600-3 MH ~ 114+45 1EA 2,800.00 Subtotal $(55,800.00) Add: Item Unit Price 2310-1 Micro Tunnel 550 LF $ 155.00 2624 30" FBRGLS Pipe 550 L~ 115.00 Drop MH ~ 118+00 1EA 4,300.00 MH ~ 114+45 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $162,000.00 Plan Sheet ~7 Delete: Item Unit Price 2610-3 30" PVC 600 LF $ 88.00 2600-3 MH ~ 113+25 1EA 2,800.00 2600-3 M}{ ~ 112+40 I EA 2,800.00 2600-3 MH ~ 108+90 1EA 2,800.00 2600-3 MH B 107+60 1EA 2,800.00 Subtotal $(64,000.00) Add: Item Unit Price 2310-1 Micro Tunnel 600 LF $ 155.00 2624 30" FBRGLS Pipe 600 L[ 115.00 MH ~ 112+40 1 EA 4,200.00 M}I ~ 108+90 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $175,400.00 CO #1 Plan Sheet {8 Delete: Item Unit Price 2610-3 30" P¥C 630 LF $ 88.00 2600-3 Manholes 7 EA 2,800.00 Subtotal $(75,040.00) Add: Item Unit Price 2310-1 ?~,icro tunnel 630 LF $ ]55.00 2624 30" FBRGLS Pipe 630 L[ 115.00 ~l}t ,a_ ]05+03 1 EA 4,200.00 MH ~ ]02+48 1 EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $183,500.00 Plan Sheet #9 Delete: Item Unit Price 2610-2 30" PVC 130 L¥ $ 83.00 Subtotal $(10,790.00) Add: Item Unit Price 23101-1 Micro tunnel 130 LF $ 155.00 2624 30" FBRGLS Pipe 130 LF 115.00 Pvmt Repair 1EA 2,500.00 Subtotal $37,600.00 Total Difference (Pipe Installation) $398,230.00 Delete Paving (122,864.00) Total Net Increase $275,366.00 Upon reviewing the bid proposal, it was noticed that'there was no bid item provided for 30" Dia. Fiberglass Reinf. Polyester Pipe in Alternate No.5. The Unit Price for this item would be $115.00 per linear foot. If the City of Coppe]l elects to award the Contract and includes Alternate No. 5, an additional Lump Sum deduct of $10,000.00 will be allowed. (See Case "A" below). If the City of Coppell elects to award the Contract and includes Alternate No. 3, Alternate No. 4, Alternate No. 5 and the proposed alternate for micro tunnelling East Bethel Street, in addition to the above deduct a deduct of $65,000.00 will be allo~ed. (See Case "B" below) EXHIBIT 'A" --' CO #1 CASE "A" Base Bid $2,561,212.50 Alternate No. 5 (Excluding 30" FBRGL Pipe) (30,542.00) 30" Fiberglass Pipe (344 LF @ $115.00/LF) 39,560.00 Lump Sum Deduct (10,000.00) Total Contract CASE "A" $2,560,230.50 CASE "B" Base Bid $2,561,212.50 Alternate No. 3 (64,460.00) Alternate No. 4 65,952.00 Alternate No. 5 (30,542.00) 30" Fiberglass Pipe for Alt. No. 5 39,560.00 Lump Sum deduct, Alt. No. 5 (10,000.00) East Bethel Rd. 275,366.00 Lump Sum Micro tunnelling deduct (65,000.00) Total Contract CASE "B" $2,772,088.50 If you have any questions, please call. Sincerely, 'enko, Incl ~ Daniel R. Erettinger drf/ca CITY OF COPPELL CIIANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch II CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CItANGE ORDER NO: 2 DATE: 11/16/92 CHANGE OR EXTRA WORK TO BE DONE Description: Add Lateral "A" Exhibit "B" attached hereto (1 page) Previous contract amount ............................................................. $2,772,088.50 Net increase (decrease) in contract amount ............................................. 42,917.00 Revised contract amount ................................................................ 2,815,005.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of ali past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: Ag~reed to by the Contractor: ' . ~ Date: Accepted by the Owner: ~'~ .~-, ~-c :~ ~ Date: ./~/~,/~. .... / CITY OF COPPELL GRAPEVINE CREEK SEWER BRANCH II C.O.//2 LATERAL "A" 11/13/92 Approx. Unit Item Item # Description Qty. Price Total 2050-1 Abandon exist. MH 1 ea. $100 = $100.00 2600-3 Std. 5'MH (10'-15') 1 ea. 2,700 = 2,700.00 2600-5 Std. 6' MH (15'-20') I ea. 3,600 = 3,600.00 2600-7 5' Drop MH (15'-20') 1 ea. 2,900 = 2,900.00 2610-2 24" PVC Sewer (10'-15') 308 LF 74 =22,792.00 2610-3 24" PVC Sewer (15'-20') 75 LF 78 = 5,850.00 (~0 -,.5 ) 25 LF 89 = 2,225.00 2610-4 24" PVC Sewer '~ ' '~ ' 2610-11 Vents for MH's 2 ea. 500 = 1,000.00 2610-9 12" PVC Sewer 10 LF 40 = 400.00 2610-8 15" PVC Sewer 30 LF 45 = 1,350.00 TOTAL $42.917.00 EXHIBIT "B" BRANCH I - BASE BID AND ALTERNATES =~:a iU~e,~'WATERLINE TOTAL AMOUt4T DELETF. D ~ S~2.~.0G $2~7.~2~..~-',, $~3.t.2S~ ,~ ~ $':~,2'C ::) $'~ b*.: 0C $2~.7.'9C 00 $-~:s.~a~.~: I $.. S.~,,s~, c3 BRANCH II - BASE BID AND ALTERNATES !'..4WI~ ANO LAtJC,~E REPLAC.£M£NT ~ ..... ~,. ~,~, SUMMARY- B~CH I - BASE BIO ~OUNT SUMMARY - B~NCH II - BASE BID ~OUNT