File #: 16-302    Name: FM 546 Utility Relocations Construction Contract
Type: Resolution Status: Approved
In control: City Council Regular Meeting
On agenda: 3/15/2016 Final action: 3/15/2016
Title: Consider/Discuss/Act on a Resolution Authorizing the Interim City Manager to Execute a Contract and All Necessary Change Orders with McMahon Contracting, L.P. for the Construction of WA4409 and WW4410 FM 546 Utility Relocations - Water and Wastewater Project
Attachments: 1. Resolution, 2. Location Map, 3. Award Recommendation Letter

Title

Consider/Discuss/Act on a Resolution Authorizing the Interim City Manager to Execute a Contract and All Necessary Change Orders with McMahon Contracting, L.P. for the Construction of WA4409 and WW4410 FM 546 Utility Relocations - Water and Wastewater Project

                     

Summary

 

COUNCIL GOAL:                     Operational Excellence

 

MEETING DATE:                     March 15, 2016

 

DEPARTMENT:                     Development Services / Engineering

 

CONTACT:                     Paul Tucker, PE, Senior Utility Engineer

                     Gary Graham, PE, PTOE, CIP and Traffic Manager

                     Mark Hines, PE, Director of Engineering

                     

RECOMMENDED CITY COUNCIL ACTION:

                     Approval of Resolution.

 

ITEM SUMMARY:

                     This Resolution authorizes the Interim City Manager to execute a contract and all necessary change orders with McMahon Contracting, L.P. for the construction of the WA4409 and WW4410 FM 546 Utility Relocations - Water and Wastewater Project for a total contract amount not to exceed $400,000.

 

BACKGROUND INFORMATION:

                     TxDOT has completed the design of the new FM 546 from SH 5 to Airport Road.

                     TxDOT construction is scheduled to begin in August, 2016.

                     The relocation of the water and sewer mains is needed to address conflicts with the proposed pavement.

                     Grantham & Associates, Inc., prepared the construction plans for this project.

                     Five (5) bids were received for this project on February 18, 2016.  Following is a summary of the bids:

Bid No.

Bidder

Total Bid Amount

1

McMahon Contracting, L.P.

$  346,296.93

2

North Texas Contracting

$  391,297.00

3

Dowager Utility Construction

$  464,947.00

4

Wilson Contractor Services

$  480,000.00

5

Canary Construction

$  603,213.00

 

                     McMahon Contracting, L.P. submitted the low bid in the amount of $346,296.93.

                     McMahon Contracting, L.P. submitted references and qualifications that were verified in accordance with the bid specifications. 

                     The contract documents require that this project be completed within 120 calendar days after issuance of the Notice to Proceed, which is expected in March, 2016.  Construction is expected to be complete in July, 2016.

 

FINANCIAL SUMMARY:

                     This Resolution authorizes a contract and all necessary change orders with McMahon Contracting, L.P. for an amount not to exceed $400,000.

                     Funding for this contract is included in the Capital Improvements Program WA4409 ($296,000) and WW4410 ($104,000).

                     With approval of this item, $69,000 will remain in WA4409 and $321,000 will remain in WW4410.

 

BOARD OR COMMISSION RECOMMENDATION:                      N/A