File #: 20-003    Version: 1 Name:
Type: Contract Status: Approved
File created: 12/30/2019 In control: City Council
On agenda: 1/14/2020 Final action: 1/14/2020
Title: Communication from the City Manager and Director of Public Works with a Request to APPROVE Change Order #2 for a One-Year Extension of the 2018 STORM SEWER LINING CONTRACT with J.C. DILLON, INC. to February 12, 2021, and to AUTHORIZE the City Manager to Execute the Change Order, for a Total Budget Amount of $200,000.00 (Reference 18-078) [All Council Districts]

ACTION REQUESTED: 

Title

Communication from the City Manager and Director of Public Works with a Request to APPROVE Change Order #2 for a One-Year Extension of the 2018 STORM SEWER LINING CONTRACT with J.C. DILLON, INC. to February 12, 2021, and to AUTHORIZE the City Manager to Execute the Change Order, for a Total Budget Amount of $200,000.00 (Reference 18-078) [All Council Districts]

 

Body

BACKGROUND:  This annual contract has eliminated the delays experienced waiting for the designing, bidding, letting and Council approval of individual contracts for each repair project.  The repairs are designed “in the field” and paid based on a time and materials bid.  This approach allows the Public Works Department to continue to be responsive to residents with drainage concerns caused by failing city-owned storm sewer infrastructure.

 

J.C. Dillon was the low bidder for this contract in 2018 and the contract allowed for an additional one-year contract extension. The original unit prices bid shall remain in effect for the contract extensions.  Any equipment or material costs that have increased 25% or more from the time of the original 2018 bid will be evaluated for an increase on a case by case basis. The contract change is germane to the original contract as signed.

 

J.C. Dillon is a local business, and has successfully and satisfactorily performed work under this contract for the City.

 

The work performed under this contract is specialty work that does not offer sub-contracting opportunities.  J.C. Dillon will be self-performing the work.  Since there are no MBE or WBE sub-contracting opportunities, the low bidder has agreed to make sure that the City’s workforce utilization hours are met on this project. J.C. Dillon’s workforce utilization hours were 26.3% minority, the minority goal is 18%, and 0% female, the goal is 3%, since the start of this contract.

 

Public Works engineering staff and Foth Infrastructure and Environment (consultant) will oversee the contract.

 

FINANCIAL IMPACT:  The budget for this construction contract is in the 2020 Community Investment Plan for Drainage Repair Program. By extending the contract, the projects will be constructed using the 2018 bid prices unless actual costs have increased by more than 25%.

 

NEIGHBORHOOD CONCERNS:  Storm sewer failures are a safety risk to the public.

                     

IMPACT IF APPROVED: :  Repairs to City drainage infrastructure in 2020 will be made through the contract extension at the original 2018 contract prices unless actual costs have increased by more than 25%.

 

IMPACT IF DENIED:  Staff will advertise for bids for the 2020 Storm Sewer Lining Contract.

 

ALTERNATIVES:  N/A

 

EEO CERTIFICATION NUMBER: J.C. Dillon has current EEO Certification #01011-200630.

 

WHICH OF THE GOALS IDENTIFIED IN THE COUNCIL’S 2017 - 2032 STRATEGIC PLAN DOES THIS RECOMMENDATION ADVANCE?

 

1. Financially Sound City                     

2. Choose an item.

3. Choose an item.

 

WHICH CRITICAL SUCCESS FACTOR(S) FROM THE COMPREHENSIVE PLAN DOES THIS RECOMMENDATION IMPLEMENT?

 

1. Invest in our infrastructure and transportation.                     

2. Reinvest in neighborhoods.                     

3. Have an efficient government.                     

 

DEPARTMENT: Public Works