Legistar header
                                                         
File #: RS-17-087    Version: 1 Name: Liberty Ditch Minor CIP
Type: Resolution Status: Passed
File created: 8/17/2017 In control: City Council
On agenda: 9/12/2017 Final action: 9/12/2017
Title: Consider a memorandum/resolution to enter into a construction contract with TTG Utilities, LP for the construction of the Liberty Ditch Bank Stabilization minor drainage capital improvement project.
Sponsors: Public Works Department, Environmental Services
Attachments: 1. Staff Report, 2. Engineer Recommendation Letter, 3. Engineer Bid Analysis, 4. Certificate of Interested Parties, 5. Presentation
Related files: RS-17-059
TITLE

Consider a memorandum/resolution to enter into a construction contract with TTG Utilities, LP for the construction of the Liberty Ditch Bank Stabilization minor drainage capital improvement project.

SUMMARY

DATE: September 5, 2017

TO: Ronald L. Olson, City Manager

FROM: David A. Olson, Executive Director of Public Works

SUBJECT: Enter into a construction contract with TTG Utilities, LP for the construction of the Liberty Ditch Bank Stabilization minor drainage capital improvement project.

BACKGROUND AND FINDINGS:

In June 2014, an emergency temporary repair was constructed by City staff on a section of Liberty Ditch between the Burlington Northern Santa Fe (BNSF) railroad and Bell County Water Control and Improvement District (WCID) #1 wastewater plant on 38th Street. The repair was required due to the failure of the concrete channel adjacent to multiple critical utilities for Killeen and Fort Hood. The first repair was lost to a flood event which overtopped the channel and severely eroded the channel bank of approximately 200 linear feet. In September 2016, the City entered into a professional services agreement (PSA) with Halff Associates, Inc. (Halff) for the preliminary evaluation and final design of a permanent repair. In June 2017, the City added to the scope of the PSA to account for additional professional services due to subsequent storms. Design has been completed and the project was advertised for bid on July 16, 2017, and July 23, 2017.

THE ALTERNATIVES CONSIDERED:

Three (3) bids were received and all the bids met the bid requirements. The alternatives considered are to award or reject the low bid. Staff recommends awarding the bid to the lowest responsive and responsible bidder.

CONFORMITY TO CITY POLICY:

The bidding procedure is in accordance with the City’s adopted purchasing policy.

FINANCIAL IMPACT:

The fiscal impact of this cont...

Click here for full text