Loading...
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