Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package...

28
Municipal Utility Board NOTICE OF MEETING REGULAR & EXECUTIVE SESSION AGENDA Municipal Utility Board 12:00 PM - Thursday, October 24, 2019 Weatherford City Hall, City Council Chambers 303 Palo Pinto Street, Weatherford, TX Paul Paschall, Mayor/Chair Place 1 Jeff Robinson, Vice Chair/Place 2 Heidi Wilder, Place 3 Lindsey Hester, Place 4 Ken Davis, Place 5 Howard McClurkin, Place 6 Tom Novak, Place 7 Sharon Hayes, City Manager James Hotopp, Deputy City Manager Brad Burnett, Assistant City Manager/CFO Zellers & Zellers, City Attorney Malinda Nowell, City Secretary In accordance with Section 551.042 of the Texas Government Code, this agenda has been posted at the Weatherford City Hall, distributed to the appropriate news media, and posted on the City website at http://www.weatherfordtx.gov within the required time frame. As a courtesy, the entire Agenda Packet has also been posted on the City of Weatherford website at www.weatherfordtx.gov/agendas . All meetings of the Weatherford City Council, Municipal Utility Board, and other boards/commissions/committees of the City of Weatherford are open to the public. Public participation and written comments are invited on all open session business items. The Mayor/Chair requests that all electronic devices be turned off or set to vibrate. Members of the audience are requested to step outside the Council Chambers to conduct a phone conversation. Weatherford City Hall is wheelchair accessible and special parking is available on the south side of the building. If special accommodations are required please contact the City Secretary at 8175984202 a minimum of 24 hours in advance. The City Council, Municipal Utility Board, and other boards/commissions/committees of the City of Weatherford, as allowed, reserve the right to adjourn into Executive Session at any time during the course of this meeting to discuss any of the matters listed below, as authorized by the Texas Government Code: Section 551.071Consultation with Attorney; 551.072Deliberations about Real Property; 551.073Deliberations about Gifts and Donations; 551.074Personnel Matters; 551.076Deliberations about Security Devices; 551.086Certain Public Power Utilities; and 551.087Economic Development. Unless a Work Session Agenda, or otherwise indicated, action may be taken on any of the following agenda items. 1. INVOCATION 2. CALL TO ORDER & ANNOUNCEMENT OF A QUORUM 3. PLEDGES OF ALLEGIANCE TO THE UNITED STATES & TEXAS FLAGS 1

Transcript of Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package...

Page 1: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Municipal Utility Board

NOTICE OF MEETING

REGULAR & EXECUTIVE SESSION AGENDA Municipal Utility Board

12:00 PM - Thursday, October 24, 2019Weatherford City Hall, City Council Chambers

303 Palo Pinto Street, Weatherford, TX

Paul Paschall, Mayor/Chair Place 1Jeff Robinson, Vice Chair/Place 2

Heidi Wilder, Place 3Lindsey Hester, Place 4

Ken Davis, Place 5Howard McClurkin, Place 6

Tom Novak, Place 7Sharon Hayes, City Manager

James Hotopp, Deputy City ManagerBrad Burnett, Assistant City Manager/CFO

Zellers & Zellers, City AttorneyMalinda Nowell, City Secretary

In accordance with Section 551.042 of the Texas Government Code, this agenda has been posted at the Weatherford City Hall, distributedto the appropriate news media, and posted on the City website at http://www.weatherfordtx.gov within the required time frame. As a courtesy, theentire Agenda Packet has also been posted on the City of Weatherford website at www.weatherfordtx.gov/agendas . All meetings of the WeatherfordCity Council, Municipal Utility Board, and other boards/commissions/committees of the City of Weatherford are open to the public. Publicparticipation and written comments are invited on all open session business items.

The Mayor/Chair requests that all electronic devices be turned off or set to vibrate. Members of the audience are requested to step outsidethe Council Chambers to conduct a phone conversation. Weatherford City Hall is wheelchair accessible and special parking is available on thesouth side of the building. If special accommodations are required please contact the City Secretary at 817­598­4202 a minimum of 24 hours inadvance.

The City Council, Municipal Utility Board, and other boards/commissions/committees of the City of Weatherford, as allowed, reserve theright to adjourn into Executive Session at any time during the course of this meeting to discuss any of the matters listed below, as authorized by theTexas Government Code: Section 551.071­Consultation with Attorney; 551.072­Deliberations about Real Property; 551.073­Deliberations aboutGifts and Donations; 551.074­Personnel Matters; 551.076­Deliberations about Security Devices; 551.086­Certain Public Power Utilities; and551.087­Economic Development.

Unless a Work Session Agenda, or otherwise indicated, action may be taken on any of the following agenda items.

1. INVOCATION

2. CALL TO ORDER & ANNOUNCEMENT OF A QUORUM

3. PLEDGES OF ALLEGIANCE TO THE UNITED STATES & TEXAS FLAGS1

Page 2: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

2 /4

4. ITEMS OF COMMUNITY INTERESTMayor and Board Reports on Items of Community Interest pursuant to Texas Government Code Section 551.0415 the Board may report on thefollowing items: (1) expression of thanks, congratulations or condolences; (2) information about holiday schedules; (3) recognition of individuals;(4) reminders about upcoming City events; (5) information about community events; and (6) announcements involving imminent threat to publichealth and safety.

5. APPROVAL OF THE MINUTES

5.a. Consider approval of the minutes of the Municipal Utility Board Regular and Executive Sessionsheld September 26, 2019. (Malinda Nowell, City Secretary)

6. CONSENT AGENDA ITEMSAll of the 'Consent Agenda Items' are considered to be routine and self­explanatory and will be enacted with one motion. There will be no separateconsideration of these items unless the Council or Board removes the item from Consent.

6.a. Consider and/or act upon authorizing the expenditure of funds exceeding $50,000 for TechServConsulting & Training, LTD for FY20. (Joe Farley, Director of Electric Utilities)Suggested Action: Staff recommends authorizing the expenditure of funds exceeding $50,000for TechServ Consulting & Training, LTD for FY20.

6.b. Consider and/or act upon authorizing the expenditure of funds exceeding $50,000 for SchneiderEngineering, LTD for FY20. (Joe Farley, Director of Electric Utilities)Suggested Action: Staff recommends authorizing the expenditure of funds exceeding $50,000for Schneider Engineering for FY20.

7. REGULAR AGENDA ITEMS

7.a. Discuss and consider authorizing staff to hire Devil Dog's Concrete per bid # 2019-024 for 3parking lots at a total cost of $247,652.22 to be constructed at the Lake Weatherford Boardwalkproject. (Shannon Goodman, Director of Parks, Rec and Specail Events)Suggested Action: Staff recommends approval Boardwalk Parking EstimateBoardwalk Overall Site

7.b. Discuss and consider authorizing staff to purchase from Kompan Playgrounds through BuyboardBid # 512-16 for the Pirate Ship play components for a total cost of $127,698.63 to be constructedat the Lake Weatherford Boardwalk project. (Shannon Goodman, Director of Parks, Rec andSpecail Events)Suggested Action: Staff recommends approvalPlayground location .jpgKompan - Lake Weatherford Boardwalk.pdf20191002_112342383_iOS.jpeg

7.c. Discuss and consider award of Bid No. 2020-002 for the construction of the Newport Road 0.5 MGElevated Storage Tank (EST) & Oakridge 0.25 MG EST Rehabilitation project. (Rick Shaffer,Director of Water Utilities) 2

Page 3: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

3 /4

Suggested Action: Staff respectfully recommends that the Board award Bid No. 2020­002 forthe construction of the Newport Road 0.5 MG EST & Oakridge 0.25 MG EST Rehabilitationproject and authorize the City Manager to execute a contract as follows:

Package 1­Newport Road 0.5 MG EST to Landmark Structures I, L.P. for their base bid andAlternate B1 for $2,355,000.00;Package 3­12" Water Line to A&M Construction and Utilities, Inc. for $331,564.45.2020-002 Letter of Recommendation.pdfBid Tab Package 1.pdfBid Tab Package 3.pdfProject Map.pdf

8. STAFF REPORTS

8.a. Quarterly Performance Dashboard (Rick Shaffer/Joe Farley, Directors of Utilities)

9. FUTURE AGENDA ITEMS

10. EXECUTIVE SESSION ITEMS

10.a. Pursuant to Chapter 551, Texas Government Code, VTCS, (Open Meetings Law): In accordancewith the authority contained in: Section 551.072 Deliberations about Real Property: to deliberate thepurchase, exchange, lease, or value of real property; a tract of land approximately 14 acres, locatedin the Michael McGwin Survey, Abstract 914, and being more particularly described in Vol 287,Page 241, Deed Records, Parker County, Texas.

10.b. Pursuant to Chapter 551, Texas Government Code, VTCS, (Open Meetings Law): In accordancewith the authority contained in: Section 551.086 - Certain Public Power Utilities: CompetitiveMatters - Electric Wholesale Power Supply.

11. ACTION ON EXECUTIVE SESSION ITEMS

11.a. To take action, if necessary, pursuant to Chapter 551, Texas Government Code, VTCS, (OpenMeetings Law): In accordance with the authority contained in: Section 551.072 Deliberations aboutReal Property: to deliberate the purchase, exchange, lease, or value of real property; a tract of landapproximately 14 acres, located in the Michael McGwin Survey, Abstract 914, and being moreparticularly described in Vol 287, Page 241, Deed Records, Parker County, Texas.

11.b. To take action, if necessary, pursuant to Chapter 551, Texas Government Code, VTCS, (OpenMeetings Law): In accordance with the authority contained in: Section 551.086 - Certain PublicPower Utilities: Competitive Matters - Electric Wholesale Power Supply.

3

Page 4: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

4 /4

12. CITIZEN COMMENTS ON NON-AGENDA ITEMSResidents may address the Council/Board/Commission/Committee regarding an item that is not listed on the agenda. Residents must complete aspeaker card and turn it in to the Secretary five (5) minutes before the start of the meeting. The Rules of Procedure states that comments are to belimited to three (3) minutes. Speaker rules are posted at the back of the Council Chambers. The Texas Open Meetings Act provides the following: (a) If, at a meeting of a governmental body, a member of the public or of the governmental body inquires about a subject for which notice has notbeen given as required by this subchapter, the notice provisions of this subchapter do not apply to: (1) A statement of specific factual information given in response to the inquiry; or (2) A recitation of existing policy in response to the inquiry. (b) Any deliberation of or decision about the subject of the inquiry shall be limited to a proposal to place the subject on the agenda for a subsequentmeeting.

13. ADJOURNMENT

CERTIFICATIONI certify that this Notice of Meeting was posted on _____________________ at _____________ a.m. / p.m. as required by law in accordance withSection 551.042 of the Texas Local Government Code and that the appropriate news media was contacted. As a courtesy, this agenda is also postedon the city's website.

Posted By _______________________________ Title ___________________________________

Date/Time Removed _______________________

4

Page 5: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Weatherford Municipal Utility BoardAGENDA REPORT

Meeting Date: October 24, 2019 Staff Contact: Joe Farley, Director of Electric Utilities

Item Number: 2019-1822-AR Phone: (817) 598-4272

SUBJECT: Consider and/or act upon authorizing the expenditure of funds exceeding $50,000 for TechServConsulting & Training, LTD for FY20.

BACKGROUND/DISCUSSIONTechServ provides pole attachment engineering and consulting services each year that cumulatively exceeds $50,000. TheCity of Weatherford's purchasing policy requires Utility Board approval for any purchases over $50,000. This request is toauthorize the expenditure of those funds in advance for FY20.

FINANCIAL IMPACTExpenditures for FY20 are expected to exceed $50,000. FY19 expenditures were $55,681.86, FY18 expenditures were$61,978.58, and FY17 expenditureswere $91,979.98.

SUGGESTED ACTIONStaff recommends authorizing the expenditure of funds exceeding $50,000 for TechServ Consulting & Training, LTD forFY20.

ATTACHMENTS

5

Page 6: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Weatherford Municipal Utility BoardAGENDA REPORT

Meeting Date: October 24, 2019 Staff Contact: Joe Farley, Director of Electric Utilities

Item Number: 2019-1823-AR Phone: (817) 598-4272

SUBJECT: Consider and/or act upon authorizing the expenditure of funds exceeding $50,000 for SchneiderEngineering, LTD for FY20.

BACKGROUND/DISCUSSIONSchneider Engineering provides wholesale power supply, regulatory, and engineering consulting each year that cumulativelyexceeds $50,000. The City of Weatherford's purchasing policy requires Utility Board approval for any purchases over$50,000. This request is to authorize the expenditure of those funds in advance for FY20.

FINANCIAL IMPACTExpenditures for FY20 are expected to exceed $50,000. FY19 expenditures were $149,431.15, FY18 expenditures were$59,656.69, and FY17 expenditures were $86,957.73.

SUGGESTED ACTIONStaff recommends authorizing the expenditure of funds exceeding $50,000 for Schneider Engineering for FY20.

ATTACHMENTS

6

Page 7: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Weatherford Municipal Utility BoardAGENDA REPORT

Meeting Date: October 24, 2019 Staff Contact: Shannon Goodman, Director of Parks,Rec and Specail Events

Item Number: 2019-1818-AR Phone: 817-598-4050

SUBJECT: Discuss and consider authorizing staff to hire Devil Dog's Concrete per bid # 2019-024 for 3 parkinglots at a total cost of $247,652.22 to be constructed at the Lake Weatherford Boardwalk project.

BACKGROUND/DISCUSSIONThis item is apart of the overall Lake Weatherford Boardwalk project.

FINANCIAL IMPACTThis item is within the approved budgeted amount for the total project cost.

SUGGESTED ACTIONStaff recommends approval

ATTACHMENTS Boardwalk Parking Estimate Boardwalk Overall Site

7

Page 8: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Azle Park Parking Area Estimate

Parking Area #1

Item# Description QTY Unit Unit Cost Est. Total

1 24" Curb & Gutter with 6" Curb 353.23 LF 24.00$ 8,477.52$

2 6" Concrete Driveway Aproach 645.84 SF 6.70$ 4,327.13$

3 5" concrete parking lot with 6" curb 9461.4 SF 4.50$ 42,576.30$

4 8" Flexbase Typ 2 subbase 1137 SY 12.00$ 13,644.00$

5 2" HMAC parking lot pavement 950 SY 15.00$ 14,250.00$

6 4" W SLD Pavement Marking 1476 LF 3.00$ 4,428.00$

7 Grading & Excavation 650 CY 9.00$ 5,850.00$

8 18" RCP under driveways 60 LF 80.00$ 4,800.00$

9 18" 6:1 SET headwall 4 EA 1,700.00$ 6,800.00$

10 Aerial Concrete pump 1 LS 3,000.00$ 3,000.00$

Subtotal 82,425.43$ 49,903.43$

Parking Area #2

Item# Description QTY Unit Unit Cost Est. Total

11 24" Curb & Gutter with 6" Curb 353.23 LF 24.00$ 8,477.52$

12 6" Concrete Driveway Aproach 645.84 SF 6.70$ 4,327.13$

13 5" concrete parking lot with 6" curb 9461.4 SF 4.50$ 42,576.30$

14 8" Flexbase Typ 2 subbase 1137 SY 12.00$ 13,644.00$

15 2" HMAC parking lot pavement 950 SY 15.00$ 14,250.00$

16 4" W SLD Pavement Marking 1476 LF 3.00$ 4,428.00$

17 Grading & Excavation 650 CY 9.00$ 5,850.00$

18 18" RCP under driveways 60 LF 80.00$ 4,800.00$

19 18" 6:1 SET headwall 4 EA 1,700.00$ 6,800.00$

20 Aerial Concrete pump 1 LS 3,000.00$ 3,000.00$

Subtotal 82,425.43$ 49,903.43$

Parking Area #3

Item# Description QTY Unit Unit Cost Est. Total

21 24" Curb & Gutter with 6" Curb 1079 LF 24.00$ 25,896.00$

22 6" Concrete Driveway Aproach 322.92 SF 6.70$ 2,163.56$

23 5" concrete parking lot with 6" curb 20848.4 SF 4.50$ 93,817.80$

24 8" Flexbase Typ 2 subbase 2415 SY 12.00$ 28,980.00$

25 2" HMAC parking lot pavement 2125 SY 15.00$ 31,875.00$

26 4" W SLD Pavement Marking 756 LF 3.00$ 2,268.00$

27 Grading & Excavation 1690 CY 9.00$ 15,210.00$

28 18" RCP under driveways 30 LF 80.00$ 2,400.00$

29 18" 6:1 SET headwall 2 EA 1,700.00$ 3,400.00$

30 Aerial Concrete pump 1 LS 3,000.00$ 3,000.00$

Subtotal 148,239.36$ 98,981.36$

Concrete Curb & Gutter - East Lake Drive

Item# Description QTY Unit Unit Cost Est. Total

31 24" Curb & Gutter with 6" Curb 1836 LF 24.00$ 44,064.00$

32 24" Asphalt tie-inn for C&G 3672 SF 3.50$ 12,852.00$

Subtotal 56,916.00$ 44,064.00$

Concrete Curb & Gutter - West Lake Drive

Item# Description QTY Unit Unit Cost Est. Total

33 24" Curb & Gutter with 6" Curb 200 LF 24.00$ 4,800.00$

34 24" Asphalt tie-inn for C&G 400 SF 3.50$ 1,400.00$

Subtotal 6,200.00$ 4,800.00$

Overall Estimated Total 376,206.22$ 247,652.22$

8

Page 9: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

9

Page 10: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Weatherford Municipal Utility BoardAGENDA REPORT

Meeting Date: October 24, 2019 Staff Contact: Shannon Goodman, Director of Parks,Rec and Specail Events

Item Number: 2019-1819-AR Phone: 817-598-4050

SUBJECT: Discuss and consider authorizing staff to purchase from Kompan Playgrounds through Buyboard Bid# 512-16 for the Pirate Ship play components for a total cost of $127,698.63 to be constructed at theLake Weatherford Boardwalk project.

BACKGROUND/DISCUSSIONThis item is apart of the Lake Weatherford Boardwalk project.

FINANCIAL IMPACTThis item is within the budgeted amount for the total cost of the Lake Weatherford Boardwalk project.

SUGGESTED ACTIONStaff recommends approval

ATTACHMENTS Playground location .jpg Kompan - Lake Weatherford Boardwalk.pdf 20191002_112342383_iOS.jpeg

10

Page 11: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

11

Page 12: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

SALES PROPOSAL

KOMPAN, INC. * 605 W Howard Lane Ste 101, Austin, TX 78753 * Tel 1-800-426-9788 * Fax 1-866-943-6254 * www.kompan.com

10/07/19Date

Lake Weatherford Boardwalk PlProject 76086Ship to State/ZipShannan RuizCustomer Service RepresentativeJose FontanillasSales Representative

SP67791Proposal No.Expiration Date

DEP50%&N30Payment Terms

United StatesWeatherford, 760862912 E Lake DriveShannon GoodmanLake Weatherford Boardwalk Pl

Site Location: C0017062

Ship-to:Lake Weatherford Boardwalk Pl2912 E Lake DriveWeatherford, 76086United StatesShannon Goodman

City of Weatherford2912 E Lake DriveWeatherford, 76086United StatesShannon Goodman

C0017062Invoice-to:

Qty. Item No. Description Net Price

Texas Buyboard Contract #512-162,165.80SPINNER BOWL, Blue IG 90 cmELE400024-3717BL2

837.20DOUBLE SOMERSAULT, Brown IGNRO808-101116,288.10CAROUSEL WITH SEATS BROWN, IGNRO120-091114,104.10CLIMBING NET, Brown IGNRO813-10111

59,159.10NRO-SHIP-CUSTOM 900049 Ship Medium,NRO-SHIP-CUSTOM1Natural with Plastic Slide, IG

6,260.80NRO924 CUSTOM VARIANT 20061010,NRO924-CUSTOM1Natural, IG-2 bay-1 basket, 1 belt, 1 infant

400.40AGE APPROPRIATE SIGNM21102-3417P15-12 Years, IG 60 cmRobinia Service ProgramROBSERV1

6,974.91Freight from KOMPAN IncFRT-KOMPAN INC129,267.60Installation of KOMPAN EquipmentCUSTOMINSTALL1

4,727.92EWF&FF/CFH 14'/12""comp. up to 203cysTFG-TXCE-14-014,0591,179.00Freight for EWFFRT-OTHER12,699.09Installation of EWF & FFCUSTOMINSTALL203

1,856.4012" border w/spike-blackAPS-BORDER1268441.35ADA Half Ramp SystemAPS-ADA-HALFRAM1560.00Freight for borders and half rampFRT-OTHER1776.86Installation of Borders and half rampCUSTOMINSTALL1

127,698.63Continued on page 2.............................................................................. 12

Page 13: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

127,698.63Continued from page 1...........................................................................

127,698.63Total

Comments:Please read attached General Assumptions and Exclusion document for information on install/sitework.Please allow 23-25 weeks for product delivery upon order placement.

Summary:Net Price79,215.50Subtotal - KOMPAN Products

1,856.40Subtotal - Other Products5,169.27Subtotal - Surfacing

32,743.55Subtotal - Installation & Other Services8,713.91Subtotal - Freight

Subtotal 127,698.63

Total

(Applicable sales tax will be added unless a valid tax exemption certificate isprovided. This amount is only an estimate of your tax liability.) 0.00

127,698.63Estimated Tax Rate

KOMPAN Authorized Signature:

Accepted By (signature):

Accepted By (please print):

Date:

Your acceptance of this proposal constitutes a valid order request and

hereby acknowledged by your signature.

To process your order, please sign and return a copy of this quote with the

includes acceptance of KOMPAN's Terms and Conditions, receipt of which is

agreed upon deposit or purchase order for the full amount.Orders cancelled

after date of confirmation will be subject to a 50-75% restocking charge.

This quote may be withdrawn by us if not accepted by 10/28/19.

KOMPAN Products are "Buy American" qualified, and compliant with the Buy

American Act of 1933 and the "Buy American"provision of the ARRA of 2009.

13

Page 14: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

General Assumptions:

• Pricing is based on all equipment being direct delivery to the project address identified in KOMPANs Sales Proposal (SP).

• Placement of order into fabrication is contingent with deposit being received by KOMPAN as agreed to during the pricing phase.

• If cost proposal is to be considered as Tax-Exempt a current tax exemption form must be provided or on file at KOMPAN main office.

• Customer shall provide a lay down area for deliveries of materials within proximity of final installation site. Site access must be clear and unobstructed with at least ten (10’) foot wide access to allow delivery of materials. Any size restrictions contributing to additional handling or downsizing of deliver trucks shall be addressed as a change of conditions and will be invoiced as additional costs to the customer.

• Installation site must be level to no more than one (1”) inch in then (10’) feet slope or change in elevation over the full length and width of the playground area.

• Price assumes NO overhead obstructions within thirteen feet, six inches (13’-6”) or lower and NO underground utilities or obstructions within the playground footprint.

• Soils are to be suitable for the installation of all playground equipment and surfacing and compacted to 95% compaction prior to installation crews arriving on-site.

• All underground utilities, boulders, rock ledge or other obstructions not visible without subsurface investigation shall be considered “unforeseen conditions”, all costs shall be invoiced to the customer as a change order to the contract.

• All spoils generated during the excavation of footings shall be disposed of on site at no cost to KOMPAN.

• Customer to provide at no additional costs a 120 V (15 amp) power source and standard hose bib connection for water supply within one hundred (100’) feet from work site.

• Customer shall have removed all existing equipment or obstacles from playground area prior to the arrival of the installation crews.

• Time is of the essence in the installation of all materials delivered to project site. KOMPAN shall have delivered all equipment and materials as scheduled to project site. If delays to the installation schedule accrue outside KOMPANs control equipment shall be delivered to project site as scheduled and equipment and materials invoiced at the time of delivery. Unless additional storage arrangements are made in writing between Customer and KOMPAN, additional costs may apply.

• Unloading of equipment and materials shall be performed by the installation crews at the time of installation. If site is not ready for installation by cause outside of KOMPAN, it will be the responsibility of the Customer to off load and store equipment and materials at the project site. KOMPAN shall not be held liable for offloading costs, storage fees or equipment damage.

14

Page 15: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

• If site requires installation of a drainage system within the proposed playground area,playground equipment footing shall be installed prior to the installation of the drainage systemand playground footing locations shall take precedence over drainage system requirements.

• Site layout and dimensions shall be based of KOMPANs 2D drawing or CAD drawings. Customerto provide site “bench mark” to be used for layout and final elevation calculations.

• Unless otherwise noted on KOMPAN’s SP, proposal assumes that there are no Prevailing Wagesrequirement on the project.

• Any additional costs which maybe incurred during installation shall be negotiated betweenCustomer and KOMPAN in writing prior to the start of additional work. If written approval is notreceived during the time the installation crews are on-site, additional mobilization costs willapply.

Exclusions (Unless Explicitly Stated in KOMPAN Sales Proposal):

• Stamped engineered drawings/calculations or costs to secure permits are not included, if required these costs will be added as a change order payable to Kompan.

• Demolition and off-site disposal of any existing equipment or site amenities.• Any sitework, including but not limited to grading, excavation outside playground equipment

footing and soils compaction and testing.• Concrete work outside of play equipment footing requirements.• Relocation of any existing equipment.• Any required drainage system for playground area.• Third party testing of materials and playground installation.• Site landscaping or trimming of vegetation encroaching within the play equipment and safety

zones.• Play area surfacing and base materials if not noted in KOMPAN proposal.• Installation of Poured in Place surfacing does not include the use of aliphatic binder, solid or

custom colors.• Site security during Poured in Place surfacing cure time and any vandalism which may accrue

during surfacing cure time.• Borders for play area surfacing containment.• Any required retaining walls for proposed play area.• Site storage for equipment.• Site safety fencing beyond standard four (4’) foot orange construction fencing.• Utilities site location services and/or relocation of any underground utilities.• On site dumpster for disposal of shipping containers and general construction debris.• If applicable, primary electrical service, such as connection of primary power to KOMPANs

ICON server box. Primary power is to be terminated within ICON server box by a licensed electrician.

15

Page 16: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

16

Page 17: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Weatherford Municipal Utility BoardAGENDA REPORT

Meeting Date: October 24, 2019 Staff Contact: Rick Shaffer, Director of Water Utilities

Item Number: 2019-1820-AR Phone: 817-598-4473

SUBJECT: Discuss and consider award of Bid No. 2020-002 for the construction of the Newport Road 0.5 MGElevated Storage Tank (EST) & Oakridge 0.25 MG EST Rehabilitation project.

BACKGROUND/DISCUSSIONThis project includes the construction of a new elevated storage tank (EST), 2,329 linear feet of 12" water line and therehabilitation of the Oakridge EST. The project was split into three different packages, Package 1 for the Newport Road0.5 MG EST, Package 2 for the Oakridge EST Rehabilitation and Package 3 for the 12" water line. An invitation tobidders for the construction of the project was advertised on September 7th and September 14th of 2019. The bids wereopened publicly on October 8, 2019 with six bidders responding to the invitation. The lowest, qualified, responsive biddersfor each package were as follows:Package 1-Newport Road 0.5 MG EST to Landmark Structures I, L.P. for their base bid and Alternate B1 for$2,355,000.00;Package 2-No bidders;Package 3-12" Water Line to A&M Construction and Utilities, Inc. for $331,564.45.

Contractors that showed interest in bidding Package 2 were contacted to determine why they did not bid on the project. Following the discussions, staff elected to re-advertise Package 2 separately by itself. The project will be rebid with ananticipated award date of November 21, 2019.

Freese and Nichols, the design engineer for the project, has checked the references and qualifications of the contractors,and have found nothing to warrant the disqualification of their bid. The construction of the Newport EST is expected to becompleted by January 2021, and the construction of the 12" water line is expected to be complete by February 2020.

FINANCIAL IMPACTThe construction of this project will be funded with a combination of currently available funds from Utility System RevenueRefunding and Improvement Bonds-Series 2015; Impact Fee program funds; and utility rate revenues.

SUGGESTED ACTIONStaff respectfully recommends that the Board award Bid No. 2020-002 for the construction of the Newport Road 0.5 MGEST & Oakridge 0.25 MG EST Rehabilitation project and authorize the City Manager to execute a contract as follows:

Package 1-Newport Road 0.5 MG EST to Landmark Structures I, L.P. for their base bid and Alternate B1 for$2,355,000.00;Package 3-12" Water Line to A&M Construction and Utilities, Inc. for $331,564.45.

ATTACHMENTS 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf

17

Page 18: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

4055 International Plaza, Suite 200 Fort Worth, Texas 76109 817-735-7300 fax 817-735-7492 www.freese.com

October 15, 2019

City of Weatherford Bid No. 2020-002

FNI Project No. WEA18219

Mr. Bill Smith, P.E.

City Engineer

City of Weatherford

917 Eureka Street

Weatherford, Texas 76086

Re: Package 1 & 3 - Newport Road 0.5 MG Elevated Storage Tank & South Bowie Drive Waterline

Dear Mr. Smith:

On Tuesday, October 8, 2019 at 2:30 PM, six (6) general contractors’ bids were received, opened, and publicly

read aloud at City Hall for the above-referenced projects. The bids received are as follows, in order from lowest

to highest:

Package 1 – Newport Road 0.5 MG EST

Contractor Base Bid Amount

Landmark Structures I, L.P. $2,355,000 Caldwell Tanks, Inc. $2,993,550

$7,593,000 Phoenix Fabricators and Erectors, LLC. $3,058,400

Freese and Nichols, Inc. (FNI) opinion of probable construction cost was $2,364,600.

Package 3 – South Bowie Drive Waterline

Contractor Base Bid Amount

A&M Construction and Utilities, Inc $331,564.45 Reytech Services, LLC $378,884.11

Reyes Group, Ltd. $1,078,037.00

Freese and Nichols, Inc. (FNI) opinion of probable construction cost was $519,700.00.

FNI examined the bid proposals submitted for both packages to check for errors or omissions and found

no mathematical errors or discrepancies between the written and numerical unit prices for the bids

received.

The lowest bid received for Package 1 was from Landmark Structures I, L.P.. FNI checked the references

and project qualifications of the Contractor. Based on project experience and a favorable reference

checks, FNI recommends Landmark Structures I, L.P. for the construction contract of $2,355,000.

The lowest bid received for Package 3 was from A&M Construction and Utilities, Inc. FNI checked the

references and project qualifications of the Contractor. Based on project experience and a favorable

reference checks, FNI recommends A&M Construction and Utilities, Inc. for the construction contract of

$331,564.45

18

Page 19: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Newport Road 0.5 MG EST & South Bowie Drive Waterline

Recommendation of Award

October 15, 2019

Page 2 of 2

If you have any questions regarding this matter, please feel free to contact us.

Sincerely,

Freese and Nichols, Inc.

Ryan Opgenorth, PE

Attachments:

Package 1 Bid Tabulation

Package 3 Bid Tabulation

Package 3 Contractor Reference Check

19

Page 20: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

City Project No.: 2020-002

# Description Quantity Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost

1 Mobilization (not to exceed 3% of contract amount) 1 LS $65,450.00 $65,450.00 $80,000.00 $80,000.00 $60,000.00 $60,000.00

2 0.5 Million Gallon Composite Elevated Storage Tank 1 LS $1,853,000.00 $1,853,000.00 $2,463,140.00 $2,463,140.00 $2,627,450.00 $2,627,450.00

3 Tank and Site Electrical 1 LS $160,000.00 $160,000.00 $250,000.00 $250,000.00 $121,268.00 $121,268.00

4 Instrumentation and SCADA 1 LS $10,000.00 $10,000.00 $1,000.00 $1,000.00 $10,000.00 $10,000.00

5 Yard Piping and Appurtenances 1 LS $35,000.00 $35,000.00 $50,000.00 $50,000.00 $9,000.00 $9,000.00

6 Site Clearing, Grubbing, and Earthwork 1 LS $44,570.00 $44,570.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00

7 Concrete Parking Lot and Driveway 5,500 SF $8.00 $44,000.00 $10.00 $55,000.00 $10.00 $55,000.00

8 Hydromulch Seeding 2,500 SY $2.00 $5,000.00 $2.00 $5,000.00 $2.00 $5,000.00

9 Storm Water Pollution Prevention Plan 1 LS $1,000.00 $1,000.00 $5,000.00 $5,000.00 $4,500.00 $4,500.00

10 Trench Safety 86 LF $5.00 $430.00 $10.00 $860.00 $12.00 $1,032.00

A1 Instrumentation and SCADA Allowance 1 LS $68,550.00 $68,550.00 $68,550.00 $68,550.00 $68,550.00 $68,550.00

$2,287,000.00 $2,993,550.00 $2,976,800.00

B1 8' Ornamental Security Fencing and Gate 680 LF $100.00 $68,000.00 No Bid $120.00 $81,600.00

$68,000.00 $0.00 $81,600.00

$2,355,000.00 $2,993,550.00 $3,058,400.00

Package 1 - Newport Road Elevated

Storage Tank (0.5 MG EST)

Caldwell Tanks, Inc.

4000 Tower Road

Louisville, KY 40219

(502) 964-3361

Phoenix Fabricators and Erectors, LLC

(817) 439-8888 (270) 318-1217

182 South County Road 900 E

Avon, IN 46123Fort Worth, TX 76177

1665 Harmon Road

ALTERNATE BID ITEMS

Client: City of Weatherford

Project: Newport Road 0.5 MG EST & Oakridge 0.25 MG EST Rehabilitation

TOTAL PACKAGE 1 (BASE BID + ALTERNATE ITEMS)

TOTAL ALTERNATE ITEMS B1

FNI Project No.: WEAA18219

Landmark Structures I, L.P.

Bid Date: October 8, 2019

TOTAL BASE BID ITEMS 1-10

Package 1 Low Bid

T:\3.0 DESIGN\3.06 Bid Phase\Bid Opening\Bid Proposals\WEA18219 - Summary Bid Tab.xls Page 1 of 120

Page 21: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

City Project No.: 2020-002

# Description Quantity Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost

Package 3 - 12-Inch Waterline and

All Items of Work Not Indicated in Other Bid Items

1 Mobilization (not to exceed 3% of contract amount) 1 LS $10,000.00 $10,000.00 $10,394.85 $10,394.85 $30,000.00 $30,000.00

212-Inch PVC AWWA C900 DR14 Waterline and All Items of Work

Not Indicated in Other Bid Items 2,329 LF $72.20 $168,153.80 $89.86 $209,283.94 $302.00 $703,358.00

3 6-Inch PVC AWWA C900 DR14 Waterline 178 LF $45.00 $8,010.00 $47.08 $8,380.24 $214.50 $38,181.00

4 12-inch Steel Casing Pipe (by Other than Open Cut) 69 LF $298.85 $20,620.65 $269.57 $18,600.33 $506.00 $34,914.00

5 20-inch Steel Casing Pipe (by Other than Open Cut) 140 LF $379.50 $53,130.00 $354.55 $49,637.00 $429.75 $60,165.00

6 12-inch Gate Valve 5 EA $2,907.00 $14,535.00 $2,922.51 $14,612.55 $5,542.25 $27,711.25

7 6-inch Gate Valve 3 EA $1,122.00 $3,366.00 $1,345.78 $4,037.34 $4,104.75 $12,314.25

8 Fire Hydrant Assembly 4 EA $4,050.00 $16,200.00 $5,753.50 $23,014.00 $8,565.00 $34,260.00

9 Remove Existing Valve 3 EA $500.00 $1,500.00 $231.61 $694.83 $2,618.50 $7,855.50

10 Remove Existing Fire Hydrant 1 EA $500.00 $500.00 $694.84 $694.84 $2,615.50 $2,615.50

11 Cut and Plug Existing 6-inch Waterline 3 EA $870.00 $2,610.00 $927.60 $2,782.80 $1,161.75 $3,485.25

12 Connection to 12-inch Waterline 1 EA $2,227.00 $2,227.00 $3,079.44 $3,079.44 $9,517.75 $9,517.75

13 Connection to 6-inch Waterline 4 EA $1,565.00 $6,260.00 $2,236.99 $8,947.96 $10,195.50 $40,782.00

14 Connection to Tank Yard Piping 1 EA $2,327.00 $2,327.00 $1,491.38 $1,491.38 $9,517.75 $9,517.75

15 1-inch Service Reconnection 2 EA $1,295.00 $2,590.00 $947.44 $1,894.88 $2,015.75 $4,031.50

16 Meter Relocation & Reconnection 3 EA $1,012.00 $3,036.00 $1,497.64 $4,492.92 $1,533.00 $4,599.00

17 Trench Safety 2,329 LF $1.00 $2,329.00 $1.49 $3,470.21 $2.50 $5,822.50

18 Asphalt Pavement Repair 42 SY $70.00 $2,940.00 $66.53 $2,794.26 $350.75 $14,731.50

19 Concrete Driveway Repair 97 SY $90.00 $8,730.00 $62.72 $6,083.84 $252.25 $24,468.25

20 Storm Water Pollution Prevention Plan 1 LS $2,500.00 $2,500.00 $4,496.50 $4,496.50 $9,707.00 $9,707.00

$331,564.45 $378,884.11 $1,078,037.00 *

$331,564.45 $378,884.11 $1,078,037.00

* Contractor rounded to $1,078,040

Reytech Services, LLC

P.O. Box 540252

Grand Prairie, TX 75054

(817) 343-4792

A&M Construction and Utilities, Inc Reyes Group, Ltd.

TOTAL PACKAGE 3

4950 Grisham Dr 1520 Parker Road

Client: City of Weatherford

TOTAL BASE BID ITEMS 1-20

(972) 412-0255

Package 3 Low Bid

Bid Date: October 8, 2019 Rowlett, TX 75088

FNI Project No.: WEAA18219 (241) 260-3535

Grand Prairie, TX 75050

Project: Newport Road 0.5 MG EST & Oakridge 0.25 MG EST Rehabilitation

T:\3.0 DESIGN\3.06 Bid Phase\Bid Opening\Bid Proposals\WEA18219 - Summary Bid Tab.xls Page 1 of 121

Page 22: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Architect-Engineer-Forms-Contractor Reference Check Freese and Nichols, Inc. pg. 1

CONTRACTOR REFERENCE CHECK

Owner: City of Weatherford Person Contacted: Matt Estridge

Project Name:

Newport Road 0.5 MG EST and Oakridge

0.25 MG EST Rehabilitation Telephone No.: 972-721-2749

Project No.: WEA18219 Date| Time: 9:00 am

Contacted By: Gustavo Sa Representing: City of Irving

Reference Project: Fair Oaks Wastewater

Project Description: Replacement of 8” clay lines

Project Complete: Yes No On Schedule: Yes No Completion Date:

Completed 09/2019

Pending Final Approval

Project Manager: Abel Beltran

Superintendent(s): Alejandro Ruiz

E = Excellent G = Good F = Fair P = Poor

Rate the Manager in the following categories:

Qualifications by experience or skills G Professional conduct and integrity E

Ability to manage subcontractors G Ability to work with changes E

Comments:Contact says project manager was very easy to work with, professional, and would be a pleasure to

have on another project. Project manager seems to react reasonably to changes.

Rate the Superintendent in the following categories:

Qualifications by experience or skills G Professional conduct and integrity n/a

Ability to manage subcontractors G Ability to work with changes G

Comments:

Mentioned the superintendent works well with PM.

Rate the Contractor's work habits and quality of the work performed:

Rate overall quality of finished project E Significant rework required n/a

Defective work corrected promptly G Quality control procedures adequate E

Comments:Per contact, excellent job on the wastewater replacement. Project closed with 10 days of liquidated

damage, but there was little the contractor could do to prevent it.

22

Page 23: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

Architect-Engineer-Forms-Contractor Reference Check Freese and Nichols, Inc. pg. 2

Rate the Contractor's project resources in the following categories:

Adequate and skilled foreman E Equipment quantity and condition n/a

Adequate and skilled labor force G Appropriate use of equipment n/a

Comments: Started another project and had limited crew availability for a few days.

Rate the Contractor’s financial management and strength:

Financial resources adequate for project n/a Liens by subcontractors or suppliers n/a

Personnel wage disputes n/a Complaints of late or non-payment n/a

Comments: No issues with financial resources mentioned in conversation.

Rate the Contractor’s ability to complete and follow-up on warranty work:

Punchlist completed in reasonable time n/a Project staffed for timely completion n/a

Response on warranty work acceptable n/a Did Owner perform any warranty work? Yes No

Comments: No warranty work mentioned in conversation.

Would you recommend award of another contract to this Contractor? Yes No

Comments or recommendations you would make to another owner:

The contractor has three ongoing projects with the City of Irving. While the contractor did an excellent job with the

sewer lines, they ran into issues in the construction of an 8” WL on Hidalgo, Rosita and Northgate Water

Improvements. Contact states that this project had 4 months of lead time. Issues arose when the contractor did not

properly protect pipe ends. The line had to be flushed eight times. Part of the issue was the soil characteristics and

elevation differences in Las Colinas, which made it more difficult to flush the line. Issue was finally resolved when a

different pig was used.

23

Page 24: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

City of Garland - Reference Check Freese and Nichols, Inc. pg. 1

CONTRACTOR REFERENCE CHECK

Owner: City of Weatherford Person Contacted: Leo Signey

Project Name:

Newport Road 0.5 MG EST and Oakridge

0.25 MG EST Rehabilitation Telephone No.: 972-205-3621

Project No.: WEA18219 Date| Time: 2:45 pm

Contacted By: Gustavo Sa Representing: City of Garland

Reference Project:

Broadway, Syracuse, and Intrepid Water

Line Improvements

Project Description: Installing 2000 LF of 8” DR-18 WL and Boring

Project Complete: Yes No On Schedule: Yes No Completion Date: Winter 2019

Project Manager: Abel Beltran

Superintendent(s): Alejandro Ruiz

E = Excellent G = Good F = Fair P = Poor

Rate the Manager in the following categories:

Qualifications by experience or skills E Professional conduct and integrity E

Ability to manage subcontractors E Ability to work with changes E

Comments:

Contact says it was very easy to work with the Project Manager. He did not run into any

communication issues and states that he would be happy to work with him again.

Rate the Superintendent in the following categories:

Qualifications by experience or skills n/a Professional conduct and integrity n/a

Ability to manage subcontractors n/a Ability to work with changes n/a

Comments:

Did not comment on the superintendent directly.

Rate the Contractor's work habits and quality of the work performed:

Rate overall quality of finished project E Significant rework required n/a

Defective work corrected promptly E Quality control procedures adequate G

Comments: Contact is satisfied with the quality of work from A & M construction. No rework was required by the

City of Garland on both water projects, including the Justice and Tynes Water Line Replacement

24

Page 25: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

City of Garland - Reference Check Freese and Nichols, Inc. pg. 2

Rate the Contractor's project resources in the following categories:

Adequate and skilled foreman n/a Equipment quantity and condition n/a

Adequate and skilled labor force G Appropriate use of equipment n/a

Comments: Contact mentioned all work was performed to specifications and on schedule. The contractor did not

seem to have any issues managing resources.

Rate the Contractor’s financial management and strength:

Financial resources adequate for project G Liens by subcontractors or suppliers n/a

Personnel wage disputes G Complaints of late or non-payment n/a

Comments: Contact did not report any issues regarding the Contractor’s financial management.

Rate the Contractor’s ability to complete and follow-up on warranty work:

Punchlist completed in reasonable time n/a Project staffed for timely completion G

Response on warranty work acceptable n/a Did Owner perform any warranty work? Yes No

Comments: Per the contact, no warranty work was required.

Would you recommend award of another contract to this Contractor? Yes No

Comments or recommendations you would make to another owner:

A & M Construction and Utilities, Inc. has worked on two jobs in the last year with the City of Garland and will be

starting on a third later this year. The Broadway, Syracuse, and Intrepid Water Line Improvement project involves the

installation of 2000+ LF of 8” water line with 8 to 10 bores underneath ROWs. The project is nearing completion.

Overall, contact says working with A & M Construction and Utilities was a positive experience and would recommend

them again. The representative for the City of Garland mentioned he contacted the City of Grand Prairie last year to

perform his own reference check. Per the contact, the City of Grand Prairie was also pleased with A & M

Construction’s work.

25

Page 26: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

City Project No.: 2020-002

# Description Quantity Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost

1 Mobilization (not to exceed 3% of contract amount) 1 LS $65,450.00 $65,450.00 $80,000.00 $80,000.00 $60,000.00 $60,000.00

2 0.5 Million Gallon Composite Elevated Storage Tank 1 LS $1,853,000.00 $1,853,000.00 $2,463,140.00 $2,463,140.00 $2,627,450.00 $2,627,450.00

3 Tank and Site Electrical 1 LS $160,000.00 $160,000.00 $250,000.00 $250,000.00 $121,268.00 $121,268.00

4 Instrumentation and SCADA 1 LS $10,000.00 $10,000.00 $1,000.00 $1,000.00 $10,000.00 $10,000.00

5 Yard Piping and Appurtenances 1 LS $35,000.00 $35,000.00 $50,000.00 $50,000.00 $9,000.00 $9,000.00

6 Site Clearing, Grubbing, and Earthwork 1 LS $44,570.00 $44,570.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00

7 Concrete Parking Lot and Driveway 5,500 SF $8.00 $44,000.00 $10.00 $55,000.00 $10.00 $55,000.00

8 Hydromulch Seeding 2,500 SY $2.00 $5,000.00 $2.00 $5,000.00 $2.00 $5,000.00

9 Storm Water Pollution Prevention Plan 1 LS $1,000.00 $1,000.00 $5,000.00 $5,000.00 $4,500.00 $4,500.00

10 Trench Safety 86 LF $5.00 $430.00 $10.00 $860.00 $12.00 $1,032.00

A1 Instrumentation and SCADA Allowance 1 LS $68,550.00 $68,550.00 $68,550.00 $68,550.00 $68,550.00 $68,550.00

$2,287,000.00 $2,993,550.00 $2,976,800.00

B1 8' Ornamental Security Fencing and Gate 680 LF $100.00 $68,000.00 No Bid $120.00 $81,600.00

$68,000.00 $0.00 $81,600.00

$2,355,000.00 $2,993,550.00 $3,058,400.00

Package 1 - Newport Road Elevated

Storage Tank (0.5 MG EST)

Caldwell Tanks, Inc.

4000 Tower Road

Louisville, KY 40219

(502) 964-3361

Phoenix Fabricators and Erectors, LLC

(817) 439-8888 (270) 318-1217

182 South County Road 900 E

Avon, IN 46123Fort Worth, TX 76177

1665 Harmon Road

ALTERNATE BID ITEMS

Client: City of Weatherford

Project: Newport Road 0.5 MG EST & Oakridge 0.25 MG EST Rehabilitation

TOTAL PACKAGE 1 (BASE BID + ALTERNATE ITEMS)

TOTAL ALTERNATE ITEMS B1

FNI Project No.: WEAA18219

Landmark Structures I, L.P.

Bid Date: October 8, 2019

TOTAL BASE BID ITEMS 1-10

Package 1 Low Bid

T:\3.0 DESIGN\3.06 Bid Phase\Bid Opening\Bid Proposals\WEA18219 - Summary Bid Tab.xls Page 1 of 126

Page 27: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

City Project No.: 2020-002

# Description Quantity Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost

Package 3 - 12-Inch Waterline and

All Items of Work Not Indicated in Other Bid Items

1 Mobilization (not to exceed 3% of contract amount) 1 LS $10,000.00 $10,000.00 $10,394.85 $10,394.85 $30,000.00 $30,000.00

212-Inch PVC AWWA C900 DR14 Waterline and All Items of Work

Not Indicated in Other Bid Items 2,329 LF $72.20 $168,153.80 $89.86 $209,283.94 $302.00 $703,358.00

3 6-Inch PVC AWWA C900 DR14 Waterline 178 LF $45.00 $8,010.00 $47.08 $8,380.24 $214.50 $38,181.00

4 12-inch Steel Casing Pipe (by Other than Open Cut) 69 LF $298.85 $20,620.65 $269.57 $18,600.33 $506.00 $34,914.00

5 20-inch Steel Casing Pipe (by Other than Open Cut) 140 LF $379.50 $53,130.00 $354.55 $49,637.00 $429.75 $60,165.00

6 12-inch Gate Valve 5 EA $2,907.00 $14,535.00 $2,922.51 $14,612.55 $5,542.25 $27,711.25

7 6-inch Gate Valve 3 EA $1,122.00 $3,366.00 $1,345.78 $4,037.34 $4,104.75 $12,314.25

8 Fire Hydrant Assembly 4 EA $4,050.00 $16,200.00 $5,753.50 $23,014.00 $8,565.00 $34,260.00

9 Remove Existing Valve 3 EA $500.00 $1,500.00 $231.61 $694.83 $2,618.50 $7,855.50

10 Remove Existing Fire Hydrant 1 EA $500.00 $500.00 $694.84 $694.84 $2,615.50 $2,615.50

11 Cut and Plug Existing 6-inch Waterline 3 EA $870.00 $2,610.00 $927.60 $2,782.80 $1,161.75 $3,485.25

12 Connection to 12-inch Waterline 1 EA $2,227.00 $2,227.00 $3,079.44 $3,079.44 $9,517.75 $9,517.75

13 Connection to 6-inch Waterline 4 EA $1,565.00 $6,260.00 $2,236.99 $8,947.96 $10,195.50 $40,782.00

14 Connection to Tank Yard Piping 1 EA $2,327.00 $2,327.00 $1,491.38 $1,491.38 $9,517.75 $9,517.75

15 1-inch Service Reconnection 2 EA $1,295.00 $2,590.00 $947.44 $1,894.88 $2,015.75 $4,031.50

16 Meter Relocation & Reconnection 3 EA $1,012.00 $3,036.00 $1,497.64 $4,492.92 $1,533.00 $4,599.00

17 Trench Safety 2,329 LF $1.00 $2,329.00 $1.49 $3,470.21 $2.50 $5,822.50

18 Asphalt Pavement Repair 42 SY $70.00 $2,940.00 $66.53 $2,794.26 $350.75 $14,731.50

19 Concrete Driveway Repair 97 SY $90.00 $8,730.00 $62.72 $6,083.84 $252.25 $24,468.25

20 Storm Water Pollution Prevention Plan 1 LS $2,500.00 $2,500.00 $4,496.50 $4,496.50 $9,707.00 $9,707.00

$331,564.45 $378,884.11 $1,078,037.00 *

$331,564.45 $378,884.11 $1,078,037.00

* Contractor rounded to $1,078,040

Reytech Services, LLC

P.O. Box 540252

Grand Prairie, TX 75054

(817) 343-4792

A&M Construction and Utilities, Inc Reyes Group, Ltd.

TOTAL PACKAGE 3

4950 Grisham Dr 1520 Parker Road

Client: City of Weatherford

TOTAL BASE BID ITEMS 1-20

(972) 412-0255

Package 3 Low Bid

Bid Date: October 8, 2019 Rowlett, TX 75088

FNI Project No.: WEAA18219 (241) 260-3535

Grand Prairie, TX 75050

Project: Newport Road 0.5 MG EST & Oakridge 0.25 MG EST Rehabilitation

T:\3.0 DESIGN\3.06 Bid Phase\Bid Opening\Bid Proposals\WEA18219 - Summary Bid Tab.xls Page 1 of 127

Page 28: Municipal Utility Board NOTICE OF MEETING · 2020-002 Letter of Recommendation.pdf Bid Tab Package 1.pdf Bid Tab Package 3.pdf Project Map.pdf 8. STAFF REPORTS 8.a. Quarterly Performance

(#UT

Proposed 12"Water Line

Proposed 0.5 MGElevated Storage Tank

Shirley HallMiddle School

BOWI

E DR

CHAR

LES S

T

COUTS ST

MINEOLA ST

NAVAHO ST

RIDGEWAY BLVD

NORTON ST

RUSSELL ST

TIFFANY TRL

WINONA ST

NEWPORT RD

RACHEL RD

ANDERSON ST

SYCA

MORE

ST

JEANS WAY

BUCKEYE DR

TREN

TON

ST

ELIZABETH PL

LOVE

ST

NEWPORT ROAD 0.5 MGELEVATED STORAGE TANK

AND 12" WATER LINE

I0 100 200 300 40050

Feet

Legend

(#UT Proposed Elevated Storage Tank

Proposed Water LineCity LimitsETJ Limits

This map is a graphic representation prepared by the City ofWeatherford, and is intended for use only as a reference. Datadepicted here is not guaranteed for accuracy and may besubject to change at any time without notification.Not a certified drawing.Not for design. Print Date: 9/4/2019

Sources: Esri, HERE, Garmin,USGS, Intermap,

ProjectLocation

28