Loading...
SR - AGR-6463.1 - ANNUAL WATER MAIN RENEWAL PROJECT1. SUBJECT Contract Change Order No. 1- Bid No. 167-08; Annual Water Main Renewal Project (W -676). 2. SUMMARY Contract Change Order No. 1 authorizes extra work at an agreed lump sum price. The total cost for this change order is $818,536.34. 3. RECOMMENDED ACTION Approve Contract Change Order No. 1 in the amount of $ 818,536.34 to Big Ben Engineering Inc. for additional work. 4. FISCAL IMPACT Funds are budgeted and are available in the following account: 600.8041.56451.18400 Pipeline Renewal Projects $2,287,381 5. STRATEGIC PLAN GOAL(S) :771 1. Provide for a safe community: b. Provide and maintain infrastructure necessary to ensure the safety of the public. 2. Be a fiscally healthy community: d. Effectively manage and develop City assets. 4. Provide outstanding public service: b. Provide facilities and services to meet customer expectations. 6. GENERAL PLAN IMPLEMENTATION ITEM 3. 4 1 9/12/17 Infrastructure Element Goal 6.0: Ensure water, sewer, and storm drain systems that meet the needs of residents and businesses. Policy 1.1: Provide sufficient levels of water, sewer, and storm drain service throughout the community. Economic Development Element Goal 6.0: Provide sufficient infrastructure to support antici- pated economic development and growth. Policy 6.1:Provide public improvements to support commercial, industrial and institutional uses. 7. DISCUSSION and BACKGROUND The City Council awarded the 2016 -17 Annual Water Main Renewal Project at the April 11, 2017 City Council meeting to Big Ben Engineering, Inc. Construction started in June 2017. The scope of work for the original contract, in general, consists of installation of 16,190 LF of new water main, services, meters, fire hydrants, valves, fittings, and other appurtenances complete in place and operational. The project is located in the northern most part of town, just north of Eisenhower Park, in a high soil corrosion area, where a constant and ongoing maintenance effort is required. The project was divided into 2 phases for ease of managing and progress tracking. Currently, the contractor has successfully completed phase 1 and they are currently installing pipe for phase 2. The project is on track and will be completed ahead of schedule. With the strong performance displayed by the contractor and to minimize future disruption for the residents, staff recommends adding a final phase 3 to the pipeline renewal contract to include replacement of the remaining pipeline segments identified for replacement, in the same residential area. Phase 3 will add approximately 4,000 LF of new water main at the same unit bid price for an additional cost of $758,900. Staff also requested the contractor replace 180 LF of water main under the Buckeye Channel on Tustin Street just south of the Meats Avenue intersection. This section of old pipe had several leaks and could not be repaired. The extra work consisted of labor and equipment needed to complete the installation of the new water main under the Buckeye Storm Drain Channel. It also included pavement restoration and traffic control. The lump sum cost for this extra work is $54,750.68. The City also incurred a $4,885.56 standby cost during the unforeseen delay of a water main shutdown during phase 1 construction. The original contract amount was $3,260,836. Contract Change Order No. 1 in the amount of $818,536.34 represents a 25.10% increase from the original contract amount, bringing the total contract amount to $4,079,372.34. 8. ATTACHMENTS • Location Map (Phase 1 -3) • CCO1 CITY COUNCIL MINUTES SEPTEMBER 12, 2017 3. CONSENT CALENDAR (Continued) 3.14 Award of contract for Bid No. 167 -47, Emergency Generator for Reservoir 9A Pump Station. (A2100.0; AGR -6518) ACTION: Awarded the contract in the amount of $128,934 to ACS Engineering, Inc.; and authorized the Mayor and City Clerk to execute the necessary documents on behalf of the City. 3.15 Award of contract for Bid No. 178 -04, Fire Station No. 7 Parking Lot Light Poles Replacement. (A2100.0; AGR -6519) ACTION: Awarded the contract in the amount of $29,259 to ND Construction Company, Inc.; and authorized the Mayor and City Clerk to execute the necessary documents on behalf of the City. 3.16 Contract Change Order No. 1- Bid No.167 -08; Annual Water Main Renewal Project. (A2100.0; AGR -6463) ACTION: Approved Contract Change Order No. 1 in the amount of $818,536.34 to Big Ben Engineering, Inc. for additional work. 3.17 Contract Change Order No. 1 and Final for Agreement 6464, Bid No. 167 -27, Annual Concrete Replacement Project at Various Locations, Fiscal Year 2016 -2017. (A2100.0; AGR- 6464.1) ACTION: Approved Contract Change Order No. 1 and Final in the amount of $126,582 to EBS General Engineering, Inc. for the extra work. 3.18 Final Acceptance of Bid No. 167 -27; Annual Concrete Replacement Project at Various Locations FY 16 -17; Project performed by EBS General Engineering, Inc; and authorization to file the Notice of Completion with the County Recorder. (No staff report required.) ACTION: Accepted public work improvements, authorized release of Suretec Insurance Company State of Texas, Bond No. 4412244 in the amount of $289,400.00 to the contractor on said job, and authorized the Mayor and City Clerk to execute the Notice of Completion. 3.19 Final Acceptance of Bid No. 167 -35; Heim Avenue at Canal Street Storm Drain Improvements; Project performed by Vido Samarizich, Inc; and authorization to file the Notice of Completion with the County Recorder. (No staff report required.) ACTION: Accepted public work improvements, authorized release of Fidelity and Deposit Company of Maryland, Bond #08712156, in the amount of $99,018.00 to the contractor on said job, and authorized the Mayor and City Clerk to execute the Notice of Completion. PAGE 7