File #: 11-237    Name: US 75 Utility Relocation - South Construction
Type: Resolution Status: Approved and Finalized
In control: City Council Regular Meeting
On agenda: 5/17/2011 Final action: 5/17/2011
Title: Consider/Discuss/Act on a Resolution Authorizing a Contract with UtiliTex Construction, LLP, for the US 75 Water and Sanitary Sewer Relocation Project from SH 121 to White Avenue - Phases I and II.
Attachments: 1. Resolution, 2. Location Map

Title

Consider/Discuss/Act on a Resolution Authorizing a Contract with UtiliTex Construction, LLP, for the US 75 Water and Sanitary Sewer Relocation Project from SH 121 to White Avenue - Phases I and II.

 

Summary

 

MEETING DATE:                     May 17, 2011

 

DEPARTMENT:                     Development Services/Engineering

 

CONTACT:                     Danny Still, PE, CIP Engineer

                     Paul Tucker, PE, Senior Utility Engineer

 

 

RECOMMENDED CITY COUNCIL ACTION:

                     Approval of Resolution.

 

ITEM SUMMARY:

                     This Resolution authorizes a contract with UtiliTex Construction, LLP, for the  US 75 Water and Sanitary Sewer Relocation Project from SH 121 to White Avenue - Phases I and II, for an amount not to exceed $3,800,000.

 

BACKGROUND INFORMATION:

                     This project is necessary to make way for the widening of US 75 from SH 121 to White Avenue by TxDOT.

                     Brown and Gay Engineers, Inc, prepared the construction plans for this utility relocation project. 

                     Five bids for this project were received on April 28, 2011.  The following is a summary:

  Bid No.

  Bidder

  Bid Amount

  1

  TNT’s Pipeline Corp

  $3,046,593.20

  2

  UtiliTex Construction, LLP

  $3,281,044.80

  3

  North Texas Contracting, Inc

  $3,663,445.50

  4

  Jim Bowman Construction Company, LP

  $3,809,190.40

  5

  Dickerson Construction Company, Inc

  $3,831,779.50

 

                     As can be seen in the above table, TNT’s Pipeline Corporation submitted the low bid in the amount of $3,046,593.20.  UtiliTex Construction, LLP, submitted the second lowest bid in the amount of $3,281,044.80.

                     The City requires that the contractor for this project has a minimum of three years of experience performing this type of work.

                     TNT’s Pipeline Corporation does not have three years of experience performing this type of work.

                     Therefore, TNT’s bid has been rejected and it is recommended that this project be awarded to the second lowest bidder, UtiliTex Construction, LLP.

                     References for UtiliTex Construction, LLP, were verified in accordance with the contract documents.

                     The contract documents require that Phase I (sections that do not require easement acquisition) of this project be completed within 180 calendar days after issuance of the Notice to Proceed.  Phase II cannot begin until all necessary easements are obtained and must be completed within 150 days after issuance of the Phase II Notice to Proceed.

 

FINANCIAL SUMMARY:

                     This Resolution authorizes a contract with UtiliTex Construction, LLP, for an amount not to exceed $3,800,000.

                     Funds are available in the Capital Improvements Program in WA9118 ($2,450,000) and WW9119 ($1,350,000).

 

BOARD OR COMMISSION RECOMMENDATION:

                     N/A