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