Title
Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Contract with North Texas Contracting, Inc., for the Construction of Town Center Infrastructure Improvements Phase 2 and Authorizing any Change Orders
Summary
MEETING DATE: May 21, 2013
DEPARTMENT: Development Services / Engineering
CONTACT: Matt Richardson, PE, CIP Manager
Carla Easton, PE, CIP Engineer
RECOMMENDED CITY COUNCIL ACTION:
· Approval of Resolution.
ITEM SUMMARY:
· This Resolution authorizes the City Manager to execute a contract with North Texas Contracting, Inc., for the construction of Town Center Infrastructure Improvements Phase 2, for a total contract amount not to exceed $3,100,000.
BACKGROUND INFORMATION:
- Civil Consulting Group designed the improvements for this project.
- These improvements include reconstruction of paving, drainage, water, sewer, street lighting, signing, marking, traffic signalization, streetscape and landscape on the following street sections:
- Virginia from Tennessee to McDonald
- Kentucky from Virginia to Hunt
- Kentucky from Louisiana to Davis
- McDonald at Virginia
- On May 9, 2013, two bids were received for this project and North Texas Contracting, Inc. submitted the lowest bid in the amount of $2,841,969.00.
- The results of the bids are shown as follows:
Bid No. |
Bidder |
Bid Amount |
1 |
North Texas Contracting, Inc. |
$2,841,969.00 |
2 |
Ed Bell Construction Company |
$3,677,514.97 |
· North Texas Contracting, Inc. has complied with all requirements of the bid specifications and the references for North Texas Contracting, Inc. were satisfactorily verified in accordance with the contract documents and specifications.
· Notice to Proceed is anticipated to be issued on June 3, 2013 with the schedule for construction of major work items as follows:
-
- Virginia Street June 3, 2013 through September 25, 2013
- Kentucky Street January 2, 2014 through May 21, 2014
- The contract includes an incentive of $30,000 per phase ($3000 per day for a maximum of ten days) for early completion of the two phases.
- The construction schedule has been closely coordinated with Main Street staff and the property owners.
SPECIAL CONSIDERATIONS:
· None.
FINANCIAL SUMMARY:
· This Resolution authorizes a contract and required change orders with North Texas Contracting, Inc., for an amount not to exceed $3,100,000.
· Funds are available in the Capital Improvements Program in CO1206 ($2,728,000 Street Construction Fund and $372,000 Utility Construction Fund).
BOARD OR COMMISSION RECOMMENDATION:
· N/A