Loading...
Exhibit 1 - Agenda Information SheetCity of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement ACM: Cassey Ogden DATE: June 18, 2024 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Mountain Cascade of Texas, LLC, for the I-35 Utility Relocation at Fort Worth Drive project, including the construction and movement of public water and abandonment of wastewater utilities in support of the Texas Department of Transportation’s I-35 widening from US-377 to South Locust Street for the Capital Projects Department as set forth in the contract; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7968-006 – awarded to Mountain Cascade of Texas, LLC, in the not-to-exceed amount of $750,870.75). The Public Utilities Board recommends approval (6-0). STRATEGIC ALIGNMENT This action supports Key Focus Area: Enhance Infrastructure and Mobility. INFORMATION/BACKGROUND The Texas Department of Transportation (TxDOT) has proposed a widening of Interstate Highway 35 (I- 35) with an estimated construction start of Q4 2024. The I-35 Utility Relocation at Fort Worth Drive Project will move public utilities in support of TxDOT with the installation of 709 LF of 8” PVC, 466 LF of 12” PVC, and the removal of abandoned 340 LF of 8” wastewater in conflict with pavement & ROW longitudinal to IH35 from US-377 to South Locust Street. To align with TxDOT I-35 widening, the project is scheduled for 90 days. Since the project is a forced relocation of City of Denton utilities, there will be reimbursements from TxDOT to support this effort at 100%. The I-35 Utility Relocation Project (Fort Worth Drive) has a total estimated cost of $750,870.75. This estimate includes a $715,115.00 total base proposal amount and a contingency of $35,755.75. A five (5) percent contingency allowance, if any, is for the sole use of the City and will be subject to written authorization by the City’s Project Manager and Program Manager. In an effort to meet TxDOT’s anticipated roadway construction schedule, a Request for Qualifications for utility relocation construction services was solicited using the City’s formal solicitation process. City Council approved a pre-qualified list of professional service firms on June 7, 2022 (Ordinance 22-1145). Invitation for Bids was sent to the three pre-qualified firms. Two (2) bids meeting specifications were received. The lowest bid was received from Mountain Cascade of Texas, LLC. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On June 7, 2022, City Council approved RFQ 7968 for a prequalified list of firms for utility relocation and construction services for various Capital Investment Projects (Ordinance 22-1145). On June 10, 2024, the Public Utilities Board (PUB) recommended this item to the City Council for consideration. RECOMMENDATION Award a contract with Mountain Cascade of Texas, LLC, for the I-35 Utility Relocation at Fort Worth Drive project, including the construction and movement of public water and abandonment of wastewater utilities in support of the Texas Department of Transportation’s I-35 widening from US-377 to South Locust Street for the Capital Projects Department, in a not-to-exceed amount of $750,870.75. PRINCIPAL PLACE OF BUSINESS Mountain Cascade of Texas, LLC Alvarado, TX ESTIMATED SCHEDULE OF PROJECT This project will be started upon approval with a completion date within 120 days after receipt of order with an estimated construction start in Q4 of 2024. FISCAL INFORMATION These items/services will be funded from a combination of the accounts listed below. TXDOT I-35N WW LINE RELOCATION 640504541.1365.401000 $24,710.00 TXDOT I-35N WATER LINE RELOCATION 630523523.1365.401000 $665,655.00 Requisition #164940 has been entered into the Purchasing software system in the amount of $690,365. The project cost is 100% reimbursable. Project expenses will be submitted for reimbursement at regular intervals during the project. The budgeted amount for this item is $750,870.75. As the project progresses the remaining funds not yet encumbered will be encumbered for a total of $750,870.75. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Bid Tabulation Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Shawn Messick, 940-349-8390. Legal point of contact: Marcella Lunn at 940-349-8333.