HomeMy WebLinkAbout04-01-13 Special Meeting of La Porte City CouncilLOUIS R. RIGBY
Mayor
JOHN ZEMANEK
Mayor Pro-Tem, Councilmember At Large A
DOTTIE KAMINSKI
Councilmember At Large B
MIKE MOSTEIT
Councilmember District 1
CHUCK ENGELKEN
Councilmember District 2
CITY COUNCIL MEETING AGENDA
DARYLLEONARD
Councilmember District 3
TOMMY MOSER
Councilmember District 4
JAY MARTIN
Councilmember District 5
MIKE CLAUSEN
Councilmember District 6
Notice is hereby given of a Special Meeting of the La Porte City Council to be held April 1, 2013,
beginning at 6:00 p.m. in the Council Chambers of City Hall, 604 West Fairmont Parkway, La Porte,
Texas, for the purpose of considering the following agenda items. All agenda items are subject to
action.
CALL TO ORDER
2. PUBLIC COMMENTS (Limited to five minutes per person.)
3. AUTHORIZATIONS
(a) Consider approval or other action awarding Bid # 13012 for Farrington Boulevard Utility
Relocation — D. Mick
(b) Consider approval or other action authorizing the City Manager to execute a Change Order
proposal submitted by Paskey, Inc., for the removal of existing asbestos concrete pipe
water main from Farrington Boulevard right-of-way — D. Mick
4. ADMINISTRATIVE REPORTS
(a) Receive report from City Manager
• City Council Meeting, Monday, April 8, 2013
• Council Budget Retreat, Saturday, April 13, 2013
• La Porte Development Corporation Board Meeting, Monday, April 22, 2013
• City Council Meeting, Monday, April 22, 2013
5. COUNCIL COMMENTS regarding matters appearing on the agenda; recognition of community
members, city employees, and upcoming events; inquiry of staff regarding specific factual
information or existing policies — Councilmembers, Leonard, Engelken, Mosteit, Clausen, Martin,
Moser, Kaminski, Zemanek, and Mayor Rigby.
6. EXECUTIVE SESSION
The City Council reserves the right to meet in closed session on any agenda item should the need
arise and if applicable pursuant to authorization by Title 5, Chapter 551, of the Texas Government
Code.
7. RECONVENE into regular session and consider action, if any, on item(s) discussed in executive
session.
8. ADJOURN
In compliance with the Americans with Disabilities Act, the City of La Porte will provide for reasonable accommodations
for persons attending public meetings. To better serve attendees, requests should be received 24 hours prior to the
meeting. Please contact Patrice Fogarty, City Secretary, at 281.470.5019.
CERTIFICATION
I certify that a copy of the April 1, 2013, agenda of items to be considered by the City Council was posted on the City
Hall bulletin board on March 28, 2013.
211
,..
Patrice Fogarty, City Secretary
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: April 1, 2013
Requested By: David Mick
Department: Public Works
Report: X Resolution: Ordinance:
Budget
Source of Funds: Fund 002 (Utility)
Account Number: N/A
Amount Budgeted: Not Budgeted
Amount Requested: $578,316.22
Exhibit: Site Map
Exhibit: Bid Tabulation Budgeted Item: YES — NO
Exhibit: Bidders Notification List
March 20 "Final Notice to Utility Companies" Received from Harris County
SUMMARY & RECOMMENDATION
At the March 25, 2013 city council meeting, staff provided city council with an update of the
Farrington Boulevard Utility Relocation Project. Harris County met with city staff the morning
of March 25 and advised staff that the Harris County project design was modified after the city
review of the 95%-complete design set provided earlier by Harris County. Also staff was
advised by Harris County's engineering consultant during the same meeting that the
environmental document prepared for this project indicates that that the existing asbestos
concrete water main located within the roadway limits will be removed by the City of La Porte.
Harris County then suggested that the county may be able to fund up to $150,000 of the city's
cost to remove the asbestos concrete pipe. Staff in turn presented this item to City Council the
evening of March 25 with a recommendation that the award of the Farrington Boulevard Utility
Relocate project be tabled at that March 25 city council meeting in favor of council consideration
with additional information at a special meeting on April 1.
UPDATE: Harris County communicated to city staff on March 26 that the interpretation from
County legal staff was that the county could not participate in the cost of this work except for
perhaps loaning the City funds to allow the project to move forward.
Current Harris County improvements that are proposed or now underway in the City of La
Porte include:
• Sylvan Beach Pavilion and Beach Restoration
• Farrington Boulevard Improvements — $3,100,000 to $3,800,000
• Sens Road Widening - $12,000,000 (+)
Also a one-time Harris County project to pave certain city -streets was suggested by Harris
County though the project budget and schedule is still undefined. The latest word from the
county is that the project may occur within the next year.
The Farrington Boulevard Utility Relocation Contract Award:
Advertised, Sealed Bid 413012 — Farrington Boulevard Utility Relocate was opened and read on
March 12, 2013. Solicitation requests were advertised in the Houston Chronicle, posted on the
City of La Porte website and notices were mailed out to 27 vendors. Seven additional vendors
either made inquiries or picked up plans. Paskey, Incorporated, located in La Porte, and
Horseshoe Construction, located in the La Porte ETJ area, were the only bidders.
Paskey, Incorporated provided the lowest and best bid of $539,849.02 for the Base Bid. Staff
included an Alternate Bid for the "Section A" items listed on the attached bid tab. The Alternate
Bid for the Paskey bid was $14,107.00 less than the Base Bid. The Alternate Bid method
includes tapping both ends of the new water main connections that will reduce service
disruptions for the water customers and is the method recommended by staff.
A competent, capable contractor is especially needed on this project considering the maintenance
of traffic requirements, necessary precision, and the tight timeframe. Staff s concern going into
the project bid was: 1) getting a competent contractor, 2) price. Certainly staff is familiar with
Paskey, Incorporated and is confident in their work. As for price, construction costs are sharply
rising in this region due to the large volume of work for both private and public projects now
being bid. Staff well -considered rebidding this project but ultimately concluded that there is real
potential for the city to end up with a less competent contractor at the same cost or greater than
this bid that the city now has in hand. Plus the project would be significantly delayed which has
other ramifications perhaps for coordinating the proposed work in front of Rizzuto Elementary.
Given the totality of considerations associated with this contract including the complexity of the
project, the timeframe necessary for Harris County to complete their project, and the on_ going
coordination required between the city and Harris County for other projects within the City of La
Porte, staff recommends awarding the construction contract to Paskey, Incorporated in the
amount of $525,742.02 plus $52,574.20 (10%) contingency for a total project allocation of
$578,316.22.
Other Considerations:
A change order in the amount of $67,770.50 for this project will also be considered at this
April 1 council meeting. If approved, this would increase the total contract allocation to
$646,086.72.
The $646,086.72 expenditure from the Utility Fund will reduce the number of days of
working capital in this fund to approximately 60-days total and less than the 90-day
working capital goal recently established by city council.
Proiect Benefits, Liabilities, and Operating Cost:
Benefits:
• Harris County Pet 2 proposes to upgrade their storm drainage facilities and concrete road
surface along Farrington Boulevard. The improved storm sewer system will greatly
reduce the potential for overland flooding into residential structures in portions of
Fairmont Park Sections One and Two. The current roadway condition is poor and
requires reconstruction.
Liabilities of Maintaining the Status Quo:
• The city utilities are located within Harris County right-of-way and some of these
existing facilities must be relocated in order to allow Harris County to construct the
proposed storm and roadway improvements that will benefit motorists and the local
residents.
Operating Costs:
• The majority of the relocation work involves the existing water main crossovers. These
mains are 50-years old and have required repair on numerous occasions over the past
several years. Replacing the mains will eliminate need for emergency repairs on those
replaced segments likely for several decades.
Proiect Timeline:
September 2012 — City first notified that the Farrington Road Improvement Project was moving
forward. At this time Harris County was going to include city utility relocates with the
county project with no city financial participation required (100% grant funded).
December 6, 2012 — Staff advised by Harris County that the available grant funding was not
sufficient to fund the city utility relocates. The city would be responsible. The city was
provided a 30% design plan set that did not yet include the project storm sewer. City
staff did not have sufficient information to begin design.
January 17, 2013 — Staff receives a list of potential conflicts between city facilities and the
proposed new county facilities. Staff replies back with comments designed to reduce the
number of conflicts. Staff did not yet have sufficient information to begin design The
county design was still changing at that point.
February 1, 2013 - Staff receives 95% drawings from the Harris County consultant.
February 4, 2013 — Staff receives the electronic drawings from Harris County necessary for
design. City staff can now begin design Initial cost estimate was $400,000 based on
scope of work outlined in the 95% plans. (This is $125,742 below the apparent low bid.
Staff identified two additional sanitary sewer conflicts which accounts for nearly half of
this difference at approximately $60,000. Also staff closely compared the bid received to
the Engineer's Estimate and concluded that the difference between the bid prices and the
Engineer's Estimate was due to the complexity of the project. There were no recent
projects similar to this one for staff to use as a guide in estimating the costs. Staffs
efforts to estimate the contractor's production time for a project essentially consisting of
20 small separate replacement areas is not going to be as good as the contractor
performing this work regularly.)
February 21, 2013 — Initial advertisement for bid is published. In 2-1/2 weeks, Planning and
Engineering staff designed and prepared contract documents that the county engineering
consultant's proposed $70,000 fee to design
March 12, 2013 — Construction bids opened. Initial project cost was $525,742.02, not including
contingency.
March 20, 2013 — Access to final county construction drawings forwarded to staff.
March 25, 2013 - Staff advised of the environmental permit language concerning the city
asbestos concrete water main and the potential for other conflicts with county plan
revisions made after the 95%-plan submittal. Discussions with apparent low bidder to
incorporate these changes into the scope of work resulted in proposal for Change Order
No. 1, resulting in an additional $67,770 in utility work.
Action Required by Council:
Council may:
1. Consider rejecting all bids for Sealed Bid 413012 — Farrington Boulevard Utility Relocate
and re -bid the project; or
2. Consider approval or other action authorizing the City Manager to enter into a contract with
Paskey, Incorporated in the amount of $525,742.02, accepting the Alternate Bid, and
further allocating up to $578,316.22 for this contract including a $52,574.20 contingency
(10.0%). The $578,316.22 contract will be funded from the Utility Fund reserve reducing
the working capital to just over 60-days; or
3. Direct staff to pursue any other option desired by the City Council.
Approved for City Council Agenda
Corby D. Alexander, City Manager Date
R,
Ld
br
i: cl,
00
r, VIS 311411 H31M
[If 0
Lu F=
z
of 0
D
LLI
<
o < Of
0
cn
+
n to C)
C) Ld
o <
N
DO
0 z
N
Of 0
Ind U
o z
F- IE c)
Ou 'I IN
"T'JID
mc,
Ld
z
[if
LLI z
o
Allw
O
> Ln
+ C-4
0-0
04
QOZ
[if 0
cn a_ u
z
LU
ul
> < cn
Q_ V) Ld
Of
cj
o —
L Ja M�
Ld
z
� 0
LLj --
o <
LO
+
q- (o C)
00z
[if
u) Q- U
II
42
M =�
Waterline & Sanitary Sewer Crossing Relocation Along Farrington Blvd Between Fairmont and Spencer, Bid #13012
Item no.
Item Description
MUOMQTY
Paskey UNIT
COST
Paskey
EXTENDED
COST
Horseshoe UNIT
COST
Horseshoe
EXTENDED
COST
SECTION "A" - Waterline (Base Bid)
1
Mobilization
LS
1
$34,850.00
$34,850.00
$10,000.00
$10,000.00
2
Traffic Control
LS
1
$11,797.00
$11,797.00
$5,000.00
$5,000.00
3
Remove and Dispose existing 12" PVC waterline
LF
40
$35.00
$1,400.00
$35.00
$1,400.00
4
Remove existing concrete pavement
SY
3300
$0.99
$3,267.00
$25.00
$82,500.00
5
Remove and dispose existing 8" A.C. waterline
LF
220
$35.00
$7,700.00
$35.00
$7,700.00
6
8" PVC C-900 waterline including excavation and bedding
LF
1362
$92.51
$125,998.62
$118.00
$160,716.00
7
12" PVC C-900 wterline including excavation and bedding
LF
231
$113.08
$26,121.48
$125.00
$28,875.00
8
12" 45-degree bend with Mega Lug Lok restraing (MJ)
EA
10
$717.00
$7,170.00
$800.00
$8,000.00
9
8" 45-degree bend with Mega Lug Lok Restraing (MJ)
EA
44
$477.00
$20,988.00
$700.00
$30,800.00
10
2" Sample Taps
EA
15
$239.00
$3,585.00
$1,000.00
$15,000.00
11
Plug existing 6" waterline
EA
12
$275.00
$3,300.00
$500.00
$6,000.00
12
Plug existing 8" waterline
EA
18
$375.00
$6,750.00
$500.00
$9,000.00
13
Plug existing 12" waterline
EA
3
$475.00
$1,425.00
$500.00
$1,500.00
14
6" to 8" PVC reducer
EA
5
$183.00
$915.00
$500.00
$2,500.00
15
6" to 8" PVC AC adaptor
EA
5
$313.00
$1,565.00
$500.00
$2,500.00
16
8" PVc-A"C adaptor
EA
3
$413.00
$1,239.00
$500.00
$1,500.00
17
tie toexisting 6" WL (wet connect)
EA
5
$3,379.00
$16,895.00
$2,000.00
$10,000.00
18
tie-in to existing 8" waterline (wet connection)
EA
7
$3,579.00
$25,053.00
$2,500.00
$17,500.00
19
tie to existing 12" WL (wet connect)
EA
5
$5,111.00
$25,555.00
$3,000.00
$15,000.00
20
12" x 12" T.S. & V.
EA
1
$5,748.00
$5,748.00
$5,850.00
$5,850.00
21
8" x 8" T.S. & V.
EA
1
$3,468.00
$3,468.00
$5,000.00
$5,000.00
22
12" x 8" T.S. & V.
EA
11
$3,888.00
$42,768.00
$5,000.00
$55,000.00
23
Temporary asphalt pavement
SY
3300
$0.99
$3,267.00
$45.00
$148,500.00
24
12" plug & clamp
EA
1
$475.00
$475.00
$1,000.00
$1,000.00
25
8" plug and clamp
EA
7
$375.00
$2,625.00
$800.00
$5,600.00
26
6" plug and clamp
EA
5
$275.00
$1,375.00
$500.00
$2,500.00
Section "A" base bid
$385,300.10
$638,941.00
Section "B" - Sanitary Sewer (Base Bid)
1 Remove existing concrete pavement
2 temporary asphalt pavement
3 remove and dispose Ex 8" San. Sew.
4 plug existing 8" san. Sew.
8" SDR 26 ASTM D 2241 San. Swr. Including excavation and bedding
5 (all depths)
10" SDR 26 ASTM D 2241 San
6 (all depths)
7 Std manhole
8 extra depth manhole
9 proposed drop structure
Section "B" base bid
SECTION "C" - Extra Work (base bid)
24 12" G.V. with box
25 8" G.V. with box
26 6" G.V. with box
Section "C" base -bid
Swr. Including excavation and bedding
UOM
CITY
Paskey UNIT
COST
Paskey
EXTENDED
COST
Horseshoe UNIT
COST
Horseshoe
EXTENDED
COST
SY
140
$10.00
$1,400.00
$25.00
$3,500.00
SY
140
$20.80
$2,912.00
$45.00
$6,300.00
LF
60
$15.00
$900.00
$30.00
$1,800.00
EA
8
$475.00
$3,800.00
$500.00
$4,000.00
LF
177
$252.16
$44,632.32
$90.00
$15,930.00
LF
177
$256.00
$45,312.00
$92.00
$16,284.00
EA
5
$2,725.00
$13,625.00
$5,000.00
$25,000.00
VF
34
$172.00
$5,848.00
$300.00
$10,200.00
EA
6
$1,711.00
$10,266.00
$128,695.32
$1,200.00
$7,200.00
$90,214.00
Paskey
Horseshoe
Paskey UNIT EXTENDED
Horseshoe UNIT EXTENDED
UOM
CITY
COST COST
COST COST
EA
2
$5,252.70 $10,505.40
$3,000.00 $6,000.00
EA
2
$4,499.70 $8,999.40
$2,000.00 $4,000.00
EA
2
$3,174.40 $6,348.80
$1,200.00 $2,400.00
$25,853.60
$12,400.00
Total project cost - base bid $539,849.02 $741,555.00
Section "A" Waterline (ALTERNATE BID)
1
mobilzation
2
traffic control
3
Remove and Dispose Existing 12" PVC Waterline
4
Remove existing concrete pavement
5
Remove and dispose existing 8" A.C. waterline
6
8" PVC C-900 waterline including excavation and bedding
7
12" PVC C-900 waterline including excavation and bedding
8
12" 45-degree bend w/mega lug lok restraing (MJ)
9
8" 45-degree bend w/Mega Lug Lok Restraing (MJ)
10
2" sample taps
11
plug existing 6" waterline
12
plug existing 8" waterline
13
plug existing 12" waterline
14
6" to 8" PVC reducer
15
6" to 8" PVC -AC adaptor
16
8" PVC -AC adaptor
17
tie to existing 12" WL (wet connect)
18
12"x12" T.S. & V.
19
8" x 8" T.S. & V.
20
12" x 8" T.S. & V.
21
6" x 6" T.S. & V.
22
Temporary asphalt pavement
23
12" plug & clamp
24
8" plug and clamp
25
6" plug and clamp
UOM
QTY
Paskey UNIT
COST
Paskey
EXTENDED
COST
Horseshoe UNIT
COST
Horseshoe
EXTENDED
COST
LS
1
$34,850.00
$34,850.00
$10,000.00
$10,000.00
LS
1
$11,797.00
$11,797.00
$5,000.00
$5,000.00
LF
40
$35.00
$1,400.00
$35.00
$1,400.00
SY
3300
$0.99
$3,267.00
$25.00
$82,500.00
LF
220
$35.00
$7,700.00
$35.00
$7,700.00
LF
1362
$92.51
$125,998.62
$118.00
$160,716.00
LF
231
$113.08
$26,121.48
$125.00
$28,875.00
EA
10
$717.00
$7,170.00
$800.00
$8,000.00
EA
44
$477.00
$20,988.00
$700.00
$30,800.00
EA
15
$239.00
$3,585.00
$1,000.00
$15,000.00
EA
12
$275.00
$3,300.00
$500.00
$6,000.00
EA
18
$375.00
$6,750.00
$500.00
$9,000.00
EA
3
$475.00
$1,425.00
$500.00
$1,500.00
EA
5
$183.00
$915.00
$500.00
$2,500.00
EA
5
$313.00
$1,565.00
$500.00
$2,500.00
EA
3
$413.00
$1,239.00
$600.00
$1,800.00
EA
4
$5,111.00
$20,444.00
$3,000.00
$12,000.00
EA
2
$5,748.00
$11,496.00
$5,850.00
$11,700.00
EA
8
$3,468.00
$27,744.00
$5,000.00
$40,000.00
EA
11
$3,888.00
$42,768.00
$5,000.00
$55,000.00
EA
1
$2,928.00
$2,928.00
$3,500.00
$3,500.00
SY
3300
$0.99
$3,267.00
$45.00
$148,500.00
EA
1
$475.00
$475.00
$500.00
$500.00
EA
7
$375.00
$2,625.00
$500.00
$3,500.00
EA
5
$275.00
$1,375.00
$500.00
$2,500.00
$371,193.10 $650,491.00
Council BIDDERS LIST
Sealed Bid #13012 Farrington Blvd. Utility Relocate
Texas Sterling Construction
20810 Fernbush Ln.
Texcor Construction Services
Houston, TX 77073
2500 W Main Suite G3
League City, TX 77573
Allco Inc.
PO Box 3684
Deep South Construction, Inc
Beaumont, TX 77704
PO Box 2103
Alvin, TX 77512-2103
PM Construction
131 N Richey
Slack & Co
Pasadena, TX 77506
2990 Holmes Rd
Houston, TX 77051
Metro City
5715 Luce
Jimerson Underground
Houston, TX 77087
PO Box 1399
Stafford, TX 77497
Reliance Construction
4302 Almeda Genoa
Cravens Partners, Ltd
Houston, TX 77048
11603 Windfern Suite C
Houston, TX 77064
Insituform
7333 Monroe
Angel Brothers Enterprises, Ltd
Houston, TX 77061
PO Box 570
Baytown, TX 77522-0570
Mikels Construction Proline Services
9353 Friendly Rd PO Box 6853
Houston, TX 77093 Kingwood, TX 77325
R & L Utilities MJ Sheridan of Texas
PO Box 1154 9015 Sweetbrush
La Porte, TX 77572-1154 Houston, TX 77064
SER Construction Durwood Greene Construction Co, Inc
3636 Pasadena Blvd PO Box 1338
Pasadena, TX 77503 Stafford, TX 77477
Paskey, Incorporated BHR-Garver Construction, Ltd
P.O. Box 5724 7600 Sante Fe Dr Bldg Al
Pasadena, Texas 77508 Houston, TX 77061
D & W Contactors, Inc
Po Box 1075
Channelview, TX 77530
Huff & Mitchell, Inc
16410 Huffineister
Cypress, TX 77429
D.L. Elliott Enterprises
13405 Southwest Freeway, Suite 210
Sugarland, Texas 77478
Triple B Services, LLP
820 Old Atascocita Road
Huffman, Texas 77336
ILCOR Builders
PO Box 6070
Austin TX. 78762
Virtual Builders Exchange
7035 W. Tidwell Suite J 112
Houston TX. 77092
Pepper — Lawson Construction
4555 Katy Hockley Cut — off
Katy TX. 77493
Houston AGC @isgft
8450 Westpark, Suite 100
Houston TX. 77063
Aztec Remodeling and Landscaping
P.O. Box 594
Seabrook, Texas 77586
Marcon Services
1410 Preston Ave., Bldg H
Pasadena, Texas 77503
Horseshoe Construction
2309 Battleground Road
La Porte, Texas 77571
General Contractor Services, Inc
8400 La Porte Rd (Hub Vendor)
Houston, TX 77012
Total Site
11228 East Hardy Rd
Houston, TX 77093
Kingsley Constructors
1544 Sawdust Rd #200
Woodlands, TX 77380
W63 and III,'ier IIRequests
Mick, David
From: Garza, Julian
Sent., Wednesday, March 20, 2013 9:08 AM
To: Mick, David
Cc: Pennell, Don; Slaton, Rodney; Tietjens, Tim
Subject: FW: Final Notification for Farrington Road Reconstruction and Drainage Improvements,
From Fairmont Pkwy to Spencer Hwy, Precinct 2, UPIN 1102M23KN01
Attachments: Farrington100%UtilityTable.pdf
FYI
Julian Garza Jr., P.E.
City Engineer
City of La Porte
281-470-5063
From: Jones, Diane (Engineering) [aiailto:Diane.Jones @l)cpid.or ]
Sent: Wednesday, March 20, 2013 8:20 AM
To: 'MADRIGAL, JOSE U m28802at_t.corn); 'Margaret_blackwell@cable.comcast.com',
'william_leopard@cable.comcast.com'; Cynthia Martinez (!ink._Mart nnez@center Qintenergry.cQ ); 'L.engyel, John
William' ohn.leng el r@centeroointenergy.corn); Louis G. Cardenas Jr. (Io is.cardenas cer�te�0t�ner€Jy.cor );
'Simmons, Lory A.' (Ioly s€,r mons c nterpo te�eroy,cc� ); i�Vau. ice terpdnt neW corq; Garza, Julian;
bill.scgq, a cer�teruointen rgy cc r ; ail. allarado , att.ijom
Cc: Vu, Tom (Engineering); Briggs, Paul (Engineering); Smith, Loyd (Engineering); Jones, Terry (Engineering); Veda
Graves; centralfile
Subject: Final Notification for Farrington Road Reconstruction and Drainage Improvements, From Fairmont Pkwy to
Spencer Hwy, Precinct 2, UPIN 1102M23KN01
Final Notification to Utility Companies
All,
This email serves as formal notification to all Utility Companies with facilities located within public
right-of-way pursuant to the Utilities Code/Title 41Subtitle Bi Chapter 181.
Harris County expects to receive bids for construction of the subject project in March 2013 with construction to
follow in approximately 90 days. The final construction drawings are available for download at
vvv.dvcast sa.com as outlined in the letter previously transmitted to your company.
It is necessary, at this time, to begin the immediate relocation of any and all facilities which you operate that
are in conflict with the proposed construction. While every effort has been made to represent your facilities
accurately on the drawings, this notice is intended to include all conflicting facilities whether indicated on the
construction drawings or not. Please advise me at such time as the extent of your relocation work has been
determined, and a schedule for such work has been prepared.
Project ID: 630--APIN 1 ` 0 M23KNO
Password: UCKN01
Your usual cooperation and immediate attention to this matter will be appreciated. If you have any questions
feel free to contact myself at the number below or Paul Briggs at (713)755-7003.
Sincerely,
Diane Jones
Utility Coordinator
Harris County Public Infrastructure Dept.
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: April 1, 2013
Requested By: David Mick
Department: Public Works
Report: X Resolution: Ordinance:
Exhibit:
Exhibit:
Exhibit:
Executed Change Order
Budget
Source of Funds: Fund 002 (Utility)
Account Number: N/A
Amount Budgeted: Not Budgeted
Amount Requested: $67,770.50
Budgeted Item: YES — NO
SUMMARY & RECOMMENDATION
This item is a companion item to the previous agenda item for the Council consideration of the
award of the Farrington Boulevard Utility Relocation project. The Farrington Boulevard Utility
Relocation project was designed and bid by city staff with the understanding that only the
portion of the water main crossovers to be abandoned with this relocation project that is in direct
conflict with the proposed Harris County storm sewer would be removed. The City has since
been advised (on March 25th) that the federal grant requirements were established such that the
entire length of the existing asbestos concrete pipe would be removed from the roadway area.
This is a change to the scope of the project as bid by the apparent lowest and best bidder, Paskey,
Incorporated. Paskey, Incorporated submitted a change order document in the amount of
$67,770.50 for Paskey to complete this work necessary to fully comply with the federal grant
requirements.
The change order amount is at or below the cost increase that was anticipated by staff. Staff
recommends approval of the change order necessary for the complete removal of the asbestos
concrete pipe water mains that are located within the roadway limits. With this change order, the
total Farrington Boulevard Utility Relocation project funding authorized by City Council is
$646,086.72, which is an increase of $67,770.50.
Action Required by Council:
Consider approval or other action authorizing the City manager to execute a $67,770.50 change
order proposal submitted by Paskey, Incorporated for the removal of the existing asbestos concrete
pipe water main from the Farrington Boulevard roadway limits.
Approved for City Council Agenda
Corby D. Alexander, City Manager
Date
CHANGE ORDER
PROJECT:
04-01-13
OWNER:
CONTRACTOR:
CONTRACTFOR:
Farrington Boulevard Utility Relocation
City of La fort
604 W. Fairmont Parkway
La Porte Texas 77571
Puky_Incorpor ted
128 S. 8`h Street
La Poste, Texas 77571
You are hereby directed to make the following changes in the Contract Documents:
Description:
No. i
DATE OF ISSUANCE:
OWNEWS PROJECTNO. 13-42000001
Remove all abandoned waterlines 6-inch, S-inch and 12-inch, approximately 2000 Lineaa' I+eet including removal of pavement,
hail off excess spoil, additional traffic control, cement stabilized backiill, haul removed pipe to City of La Porte storage ,yard
and temporary asphalt pavement.
Purpose of Change Order:
Removal of Asbestos Cement Waterline within Farrington Boulevard Project limits as required by Harris County Pet. 2 to
meet Environmental Review Record requirement of the CDBG Grant mmnding.
Attachments: (List documents supporting change)
CHANGE IN CONTRACT PRICE:
CIIANGE IN CONTRACT TIME:
Original Contract Price
Original Contract Time
$539,849,02
60 Calendar days
Previous Change Orders
Net Change from Previous Change Orders
s0
-0-
Contract Price prior to this Change Order
ContractTime prior to the Change Order
$0
60 Calendar days
Net Increase Peerease of this Change Order
Net Inerease (Deemftse) of this Change Order
$67,770.50
0 days
Contract Price with all Approved Change Orders
Contract Time with all Approved Change Orders
$607,619,52
60 CaIendar days
RECO1fiMENDEb: APPROVED: APPROV *D `a
By: B .
rgme Owner Contra or