HomeMy WebLinkAbout12706RESOLUTION NO. 12706
A RESOLUTION AWARDING A CONSTRUCTION
CONTRACT IN THE AMOUNT OF $32,112.66 TO PARKER
EXCAVATING, INC., FOR EMERGENCY SANITARY
SEWER POINT REPAIR AT 706 HUNTER DRIVE AND
AUTHORIZING THE PURCHASING AGENT TO EXECUTE
THE SAME
WHEREAS, an emergency sanitary sewer repair was authorized by the Pueblo
City Manager in accordance with Section 1-10-5 of the Pueblo Municipal Code; and
WHEREAS, the point repair work was awarded to Parker Excavating, Inc., under
the 2013-2014 multi-year point repair contract; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF PUEBLO, that:
SECTION 1.
This contract is for repair of the sanitary sewer main at 706 Hunter Drive.
Contract Agreement for Sanitary Sewer Repair with Parker Excavating, Inc., Project No.
13-012 (WWAN03) is hereby awarded to said bidder in the amount of $32,112.66.
SECTION 2.
The Purchasing Agent is hereby authorized to execute said contract on behalf of
Pueblo, a Municipal Corporation, and the City Clerk shall affix the seal of the City
thereto and attest the same.
SECTION 3.
Funds for Project No. 13-012 (WWAN03) shall be from the Sewer User Fund.
INTRODUCED: June 24, 2013
BY: Chris Kaufman
Background Paper for Proposed
RESOLUTION
DATE: June 24, 2013 AGENDA ITEM # M-4
DEPARTMENT: WASTEWATER DEPARTMENT
GENE MICHAEL, DIRECTOR
TITLE
A RESOLUTION AWARDING A CONSTRUCTION CONTRACT IN THE AMOUNT OF
$32,112.66 TO PARKER EXCAVATING, INC., FOR EMERGENCY SANITARY SEWER
POINT REPAIR AT 706 HUNTER DRIVE AND AUTHORIZING THE PURCHASING
AGENT TO EXECUTE THE SAME
ISSUE
Should the City Council award a construction contract in the amount of $32,112.66 to
Parker Excavating, Inc., for emergency sanitary sewer repair at 706 Hunter Drive?
RECOMMENDATION
Approve this Resolution.
BACKGROUND
The Wastewater Department's cleaning crew discovered several serious issues while
performing routine cleaning and televising near 706 Hunter Drive on May 6, 2013.
CenturyLink bored through the sanitary main on Hunter Drive. Also, a root ball clogged
99% of the line downstream from the bore location. Due to the proximity of the river and
the capacity being restricted, an emergency repair was necessary at both of these
locations.
CenturyLink was notified of their conflicting utility. CenturyLink agreed to pay for the
repairs to our damaged sanitary main. The Wastewater Department will send an
itemized invoice to CenturyLink. The portion that is the responsibility of CenturyLink
has been separated below.
Handicap ramps meeting ADA specifications were required by the Public Works
Department, whereby increasing the quantity of asphalt and concrete placed.
This work was performed under the Sanitary Sewer Point Repair multi-year contract
under which nine (9) contractors were qualified via competitive bid. During the project
the costs were modified by actual field quantities as noted on the attached change
order.
The cost breakdown for the project is as follows:
CenturyLink Responsibility
Remove & Replace 8-inch PVC < 12-feet $871.00
Traffic Control $1,380.00
Flow Fill Material $1,689.66
Bypass Pumping $8,041.60
Repair Qwest 2" Conduit and Tracer Wire $400.00
Mobilization $800.00
CenturyLink Total: $13,182.26
Sanitary Sewer Replacement-related
Remove & Replace 8-inch PVC < 12-feet $871.00
Traffic Control $300.00
Bypass Pumping $2,010.40
Mobilization $800.00
Subtotal: $3,981.40 (21%)
Surface Improvement-related
Remove & Replace 7-inch Reinforced
Concrete $2,304.00
Remove & Replace 4-inch Concrete $4,050.00
Remove & Replace Standard C&G $1,875.00
Asphalt Patch - 4-inch on 6-inch ABC $6,720.00
Subtotal: $14,949.00 (79%)
Wastewater Department Total: $18,930.40
PROJECT TOTAL: $32,112.66
FINANCIAL IMPACT
Funding for this project will come from the sanitary sewer rehabilitation budget funded
by the Sewer User Fund. Funding is available and has been appropriated and allocated
to Project No. 13-012 (WWAN03).
ARTICLE 1
C. CONTRACT AGREEMENT
For
Emergency Sanitary Sewer Repair
THIS AGREEMENT made and entered into this 6h day of May, 2013, by and between the City of Pueblo,
a Municipal Corporation, hereinafter referred to in the Contract Documents as the "City ", and Parker
Excavating, Inc., referred to in the Contract Documents as "Contractor ".
WITNESSETH: In consideration of the sum to be paid by the City to the Contractor at the time and in
the manner hereinafter provided, the said Contractor has agreed, and does hereby agree, to furnish all
labor, tools, equipment and material and to pay for all such items, and to construct complete in every
detail, To -Wit:
Project No. 13 -012 (WWANO3)
FY2013 and 2014 Sanitary Sewer Point Repair
706 Hunter Drive
At the prices bid in Article 1.B. Request for Quotation form, in accordance with the drawings and
specifications, and all Contract Documents for this project which are on the and available for inspection in
the office of the Director of Wastewater, all to the satisfaction of the Director of Public Works for the City of
Pueblo, Colorado
AND FOR SAID CONSIDERATION IT IS FURTHER AGREED BY AND BETWEEN THE PARTIES TO
THIS AGREEMENT AS FOLLOWS:
1. Construction and installation of the above enumerated work for the City shall be completed and
ready for use in accordance with the time of completion described in the Notice to Proceed for the
Sub- Project. This time shall be extended only for those periods set forth in the Contract Documents
and in accordance with the requirements of same.
2. The work and material for the Project covered by the Contract Documents shall be completely
installed and delivered to the City within the time above stated, clear and free from any and all liens,
claims and demands of any kind. Wherever in the Contract Documents the term "Project" is used, it
shall be taken to mean this Sub - project.
3. The full compensation to be paid to the Contractor by the City, pursuant to the terms of this Contract,
shall be payable as provided in the Contract Documents.
4. This Contract consists of the following component parts and documents, all of which taken together
constitute and are referred to as the Contract Documents, and the same are incorporated as part of
the Contract as if set out herein verbatim, whether the same have been attached hereto or not:
A. Request for Quotations
B. This Contract Agreement
C. General Conditions of the Contract — Article 3
D. Special Conditions
E. The Standard Construction Specifications and Standard
Details forCltyofPueblo, Colorado, (most current edition in
effect on date of bid opening), are hereby included by
reference and all provisions thereof shall be applicable. By
submitting his bid, the Contractor acknowledges that he
possesses a copy of said document.
5. Title XII, Chapter 2, of the 1971 Code of Ordinances, City of Pueblo, adopted by Ordinance No.
3476, and amended by Ordinance No. 4476 and 5229, shall be considered a part of this contract.
6. Title I, Chapter 8, of the 1971 Code of Ordinances, City of Pueblo, adopted by Ordinance No. 4479,
shall be considered a part of the contract.
7. All of the covenants and agreements set forth in the Contract Documents shall inure to the benefit of
and be binding upon City and Contractor and their respective heirs, legal successors and assigns
and shall be governed by the laws of the State of Colorado.
8. Payment and Performance Bonds will not be required for this project if the bid amount is less than
$50,000.00 (per §38 -26 -106, C.R.S.). Progress payments will not be made, and a single payment
all work will be made upon completion of the entire Project and verification is made that it has been
inspected and approved by authorized Wastewater personnel.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in four (4)
original counterparts as of the day and year first above written.
Parker Excavating, Inc.
C ntractor �J //��
--- By /' G��✓�.
/ 4ssLO, Q`'.., •
a � P� \
K ,... , Title 1/P ,
1,,, \,,,(,//10 c ■
PUEBLO A ��UNICIPAL CORPORATION
-^^�- '� iL / s -.
B y " Qaer' 0 i ' Purchasing Agent
ATTEST:
..P4.,_:,„
City Clerk
BALANCE OF APPROPRIATION EXISTS FOR
THIS CONTRACT AND FUNDS ARE AVAILABLE:
44orak J1i�o/ ---
j n� Director of Finance
APPROVED AS TO FORM:
( 4- 4
yr City Attorney
ARTICLE 1
B. REQUEST FOR QUOTATIONS
PROJECT NO.: 13 -012 (WWANO3)
PROJECT NAME: Sanitary Sewer Point Repair - 706 HUNTER DRIVE
All proposals are to be prepared on this form. All blank spaces must be correctly filled in where
indicated for each and every item for which a quantity is given, and the bidder must state the prices
(written in ink or typewritten) for which he proposes to do each item of the work contemplated or
furnish each item of the materials required.
The undersigned, having become familiar with the local conditions affecting the cost of the
work, and with the contract documents, including advertisement for bids, the form of proposal, the form
of contract, form of bond, special provisions of the contract, general provisions of the contract, etc.,
plans, drawings and specifications, issued and attached to the contract documents on file in the office
of the Purchasing Agent, hereby proposes to furnish all of the labor, materials, necessary tools and
equipment and all utility and transportation service necessary to perform and complete in a
workmanlike manner all of the work required in connection with the construction of an Emergency
Repair to 706 HUNTER DRIVE accordance with the plans and specifications as prepared by or for the
City of Pueblo, Colorado, for the sums set forth in the following bidding schedule:
BID ESTIMATED UNIT
ITEM DESCRIPTION QUANTITY PRICE AMOUNT
706 HUNTER DRIVE
1 Remove & Replace 8" PVC 30 LF $ 67.00 $ 2,010.00
2 Asphalt Patch -4" on 6" Class 6 ABC 40 LF $ 58.00 $ 2,320.00
3 Remove & Replace 7" Reinforced Concrete 160 SF $ 9.00 $ 1,440.00
4 Remove & Replace 6" Reinforced Concrete 30 SF $ 9.50 $ 285.00
5 Remove & Replace Std. Curb and Gutter 20 LFE $ 30.00 $ 600.00
6 Remove & Replace 48" Dia. Manhole 1 EA $ 2,950.00 $ 2,950.00
7 Mobilization 1 LS $ 800.00 $ 800.00
GRAND TOTAL BID $ 10.405.00
(Ten Thousand Four Hundred and Five Dollars and zero cents)
The Grand Total Bid shall be the basis for establishing the amount of the performance bond for
this contract. The total bid is based on quantities shown on the proposal form and on the dimensions
shown on the plans, and is subject to additions or reductions according to the actual construction
quantities as determined by the Engineer upon completion of the construction.
The City reserves the right to adjust the required quantities and the contractor shall furnish said
quantities at the unit price quoted above. The time allowed for construction shall be adjusted in direct
proportion of the adjusted quantities to the estimated quantities.
Page 1 of 2
C-ART1 -B; 1 -13 -2003
•
The undersigned has carefully checked the above quantities against the plans and specifications
before preparing this proposal and accepts the said quantities as substantially correct, both as to
classification and amount, and as correctly listing the work to be done in accordance with the plans
and specifications.
The bidder must sign his proposal correctly and in ink; if the proposal is offered by an individual,
his name, office and post office address must be shown. If made by a firm or partnership, the name,
office and post office address of each member of the firm or partnership must be given; if offered by a
corporation, the person signing the proposal must give the name of the state under the laws of which
the corporation was chartered, and the name, title and business address of the President, Secretary
and the Treasurer. Anyone signing a proposal as agent must file legal evidence of his authority to do
so, and that the signature is binding upon the firm or corporation.
The undersigned, if awarded the contract, agrees to complete and file the complete contract and
performance bond in quadruplicate within ten (10) days of the date of Notice of Award, and further
agrees to complete the work within thirty -five (35) calendar days of Notice to Proceed.
Liquidated damages will be assessed in accordance with Section 3.54 of ARTICLE 3
GENERAL PROVISIONS, for every calendar day thereafter until the work is complete and accepted by
the City of Pueblo.
NOTE: Bidders should not add any conditions or qualifying statements to this bid as
otherwise the bid may be declared irregular as being not responsive to the
advertisement for bids.
The contractor shall be subject to all applicable City, County, State and
Federal Taxes in the performance of this contract.
Firm Name : Parker Excavating, Inc.
Business Address : 1428 Stockyard Road
Pueblo, CO 81001
By :
Title : V ' O'
Date : Tele. No.: 719 -543 -3010
Fax No.: 719 - 545 -0805
Contractor's Federal I.D. Number : 84- 0924766
Page2of2
C-ART1 -B; 1 -13 -2003
CONTRACT CHANGE ORDER
CITY OF PUEBLO DEPARTMENT OF PUBLIC WORKS
Project Number : 13 -012 Change Order No. : ONE 5/31/2013 Page 1 of 1
Project Name : 706 Hunter Drive
Contractor : Parker Excavating, Inc.
You are hereby requested to comply with the following changes from the plans & specifications:
Bid Item Description of Changes Decrease Increase
No. Contract By Contract By
1 Remove & Replace 8" PVC Pipe <12" ($268.00)
2 Aspahlt Patch - 4" on 6" Class 6 ABC 21 -100 LF ($2,320.00)
3 R &R 7" Reinforced $864.00
4 R &R 6" Reinforced ($285.00)
5 R &R Standard C &G 1 -20 LF ($600.00)
6 Mobilization $800.00
7 Asphalt Patch - 4" on 6" ABC >100 LF $6,720.00
8 R &R 4" Concrete $4,050.00
9 Bypass Pumping $10,052.00
10 Flow Fill Material $1,689.66
11 Qwest 2" Conduit and Tracer Wire Repair $400.00
12 R &R Standard C &G 21 -100 LF $1,875.00
13 Traffic Control $1,680.00
TOTAL (Decrease) / Increase' ($2,873.00) $27,530.66
Net Adjustment This Change Order $ 24,657.66
Amount of Previous Change Order(s) $ 0.00
Original Contract Amount $ 7,455.00
Total Adjusted Contract Amount To Date $ 32,112.66
Reason For Change: Actual Field Quantities.
Extra work needed to complete project.
The time provided for completion of the contract is unchanged t by 0 calendar days.
This document shall become an amendment to the contract and all provisions of the contract apply hereto.
Prepared by: Date:
Associate Engineer!!
Reviewed by: Date:
Wastewater Engineering Supervisor
Accepted by: Date:
Contractor's Representative
If this Change Order causes an increase from the original contract price, signed approval by the Director
constitutes representation that lawful appropriations are sufficient to cover such increase.
Approved by: Date:
Director of Wastewater
FORM CO100.1299
88888 p 8888888888888888 88 888
O
t9. $ w W W W o W W O W W W W W N N O M N O W O N W m r O M O N o
w rw W . w w r N
O w w
H
C 88888888 88 888
y 8 W W W w o W W O W W W W W W aJ w V w § W w g W g y A
S w wa O w .
N d w w » W , - N
a 9 w w
888888888888888888888 88 888
8WWwwc,w WWWWWW8W°W8W$ 8°w 80
U a W w w w 0 N N
g; w w
• 888888888888888888888 88 888
▪ gW °°W °° °° °°m °g° 8 ggm
o a w w w w w �n tO °i
Ug win
31-
17 4
g 888888888888888888888 88 888
'6. dbOdOciddcidcidocildOcicidd go g.ig
W .- to ;n w w *9
E
8888888888888888888 88 888
gWW°$�°8°°°°°°g8°8°° w ��M
z a S w
oa w w g 5, www
U o
(DI
M
a 888888888888888888888 88 888
8 W W W W° W W 8 W 0 w W 0 w W W N O w 0 w O 0 W m W 8 t7
ma w t w o w w w�
�� L7,,,-; 0
J
m
m �88888888888888888 8 88 8 88 888
C
N W N W
w p
3 1 w w .w w .1-1-
w 0
Q' H
m
> 8888888.7888888888888 8
C O 1 0 , o 8 00 N N
_ • a 1n (0 N. w O w w ,jaO w s+ O w l
'8 w� gig
w
0000'0 0 -0 .-
t M 10 M N _ C
d O
a
Z LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL E
m �J J JJJJ J JJJJ J(n(n(n(n(/J(/JJJJ m m a
= W W J w
X 9S 8 8p 8 8p 8 O 8 8p 8 8p 8 8p p
a N o O N o O N o N o O N 0 O N 0 O N o e
C N
.O . m ! N A,- N A , - N O A N A " N A N A , - N A
a
g M� U� 0:2- LL m -= CC 10 2 (cpp o 8' Cp
a .2 @ N a m U U UU U § N �. N .§ m c s t w N N
9 N n m= o � m �S To co Q p g'.1 o m y aim Etn
✓ E 8d 'o g -o< m n oa' oo roo 9 - n
m - E m m =
N E � a¢" <1, E
a Q v
E 2 E
m m
M = .- N m O o o n o 0
a
N CIO- m
EMERGENCY POINT REPAIR AT
706 HUNTER DRIVE
Brave Ea , „ 'mil •. , .
a ") gle C t— 8 , , , .;.p , -
1.1 ti' 4 , tit ...is —
SO -i
L 'i - e . . r , 11 Ito; -. 'V, ,' 'w --. i . .. i * .
-- Blue Sky Ct . '— ...41,a,„ rR Iy.
/ IS: 1 „ _,..; "a , a)...3-, 1 0.. ` , _f ,
y o �4 iir
6 ' , • 4 7N 111 a. .. , d''' /
Deer Run,Ct IP 4 „
; " -
o REHAB SITE • ,Alt„,,...'
r ,
_.... '� M Hunter Dr ` ,` / ".,a.,.
,.
• .I
to `"`� ` / Q j � , _ — I
'
. 5 -
' 1;4111414"
� ' 7 " � - � � � � :' ° 1_ mxa. Vin: II , i„ riliseit..
,,,..,,
F } it, � , ^ ir"' � " �' ypass Fr
i . • . ..„,„, outag Rd •
\ . ' -^ IA, , e , ii
1 i n y i
. ..) i i:, , - . ,
: . . ...., . , f t: > a ,
, y ,q .
' S. s s
Y O
�
4
. St
, , •, , a �` ti �, ; E 18th St
::-.' , -- z � a,
4
Xe. ,•' 3 . �� , , • w #i
4