Title
Consider and take action on a resolution authorizing a construction contract with Layne Inliner, LLC, for the 2017 Sanitary Sewer Rehabilitation Project (WW1801), in an amount not to exceed $1,168,430, and authorizing the expenditure of an additional $116,843 for a construction work change directive budget (Director of Engineering)
Background:
Approval of this resolution will authorize the award of the construction contract to Layne Inliner, LLC. for the construction of the 2017 Sanitary Sewer Rehabilitation Project, and authorize funds for a construction work change directive budget.
This project is a continuation of the multi-year systematic rehabilitation of the sanitary sewer collection system, intended to reduce the inflow/infiltration, blockages, overflows and other failures in the sanitary sewer system, as indicated in the City’s agreement with the TCEQ. The 2017 Sanitary Sewer Rehabilitation Project will be targeting two major sanitary sewer trunk systems that were identified by the 2016 Sanitary Sewer Condition Survey to be in a deteriorated condition. These sanitary sewer trunk systems include: 1) an 18-inch thru 30-inch ductile iron sanitary sewer trunk main along Hobbs Road, from FM 518 to Butler Road, and; along Butler Road to the Butler Road Lift Station, and; 2) a 10-inch thru 21-inch ductile iron and PVC sanitary sewer trunk main along FM 646 in the Bay Colony Area. The primary method of pipe rehabilitation will be Cured-In-Place-Pipe (CIPP), along with the cementitious rehabilitation and coating of the manholes. The 2017 Sanitary Sewer Rehabilitation Project is funded in the FY 2018 CIP Budget for $1,300,000.
The project generally consists of the installation of 7,140 linear feet of 8-inch thru 42-inch CIPP, and structural rehabilitation of 35 manholes.
Sealed bids for the project were received September 26, 2017 (Bid No. 17-056). Layne Inliner, LLC submitted the lowest bid in the amount of $1,168,430. Attached is the City’s engineering consultant’s recommendation of award, along with the bid tabulation.
Staff requests the approval of the award of the construction contract and the authorization of funds, as follows:
1. Construction contract with Layne Inliner, LLC. in the amount of $1,168,430.
2. Construction Work Change Directive budget in the amount of $116,843 (10% of construction amount) that will allow staff to approve minor field changes to expedite decisions and avoid possible construction delays and/or damage claims by the contractor.
This project is anticipated to take 240 calendar days from the notice to proceed.
Attachments:
1. Data Sheet
2. Proposed Resolution
3. Exhibit A - Proposed Agreement
4. Letter of Recommendation with Bid Tab
5. CIP Budget Program Sheet
CONTRACT ORIGINATION: Construction contract with Layne Inliner, LLC has been reviewed and approved by City Attorney's Office
FUNDING
{X} Funds in the amount of $1,285,273 are available from Misc. Capital Projects fund 1055 with expenses to be charged to project expense string WW1801-CONSTRUCT-CONSTRUCT-RS CASH