M&C Review


COUNCIL ACTION:  Approved on 5/16/2017 - Ordinance No. 22730-05-2017 & Resolution No. 4784-05-2017

DATE: 5/16/2017 REFERENCE NO.: C-28248 LOG NAME: 60NSII48TRPAVREPAIR-SJLOUIS
CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $1,366,498.00 for Northside II 48- Inch Water Main Trench Backfill Replacement and Pavement Repair Located on High School Drive from Timberland Boulevard to North of Ridgeview Circle, Provide for Project Costs, Testing and Contingencies for a Total Project Amount of $1,533,498.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7)

RECOMMENDATION:

1.  Adopt the attached resolution expressing official Intent to Reimburse expenditures with proceeds of future debt for entire the Northside II 48-inch Water Main Phase I, Part 1 Project;

2.  Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer DPN Fund in the amount of $1,533,498.00;

3.  Authorize execution of a contract with S.J. Louis Construction of Texas, Ltd., in the amount of $1,366,498.00 for the Northside II 48-inch Water Main Trench Backfill Replacement and Pavement Repair. (City Project No.100840)

 
DISCUSSION:

This project provides for the removal and replacement  of the existing native material backfill for the installed 48-inch diameter water main located on High School Drive from Timberland Boulevard to north of Ridgeview Circle.

Subsequent to installation of the 48-inch water main on High School Drive in late 2015, it was determined that ground water from the two ponds located east and west of High school Drive, had leaked into the trench for the 48-inch water main and saturated the backfill material and the pavement sub-base to the extent that the repaired concrete pavement has developed significant cracks. It is necessary to remove and replace the existing backfill with a non-permeable material (with cementatious flowable fill) and reconstruct the pavement in order to restore the affected concrete pavement segment back to the condition that existed prior to installation of the 48-inch water main.

This project was advertised for bids on April 6, 2017 and April 13, 2017 in the Fort Worth Star-Telegram. On April 27, 2017 the following bids were received:

Bidder

Amount

Time of Completion

S.J. Louis Construction of Texas, Ltd.

$1,366,498.00

90 Calendar Days

Thalle Construction Company, Inc.

$1,944,342.00

In addition to the contract cost, $122,000.00 is required for project management, material testing and inspection and $45,000.00 is provided for project contingency.

This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City' s portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution.

The City Council adopted the Water Department's Fiscal Year 2016-2020 Five Year Capital Improvement Plan on February 2, 2016, Mayor and Council Communication (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds.

Construction is anticipated to commence in July 2017 with a contract time of 60 calendar days, the project is estimated to be complete by the end of August 2017.
This project will have no impact on the Water Department's Operating Budget when complete.

M/WBE OFFICE - S.J. Louis Construction of Texas, Ltd., is in compliance with City's BDE Ordinance by committing to eight percent MBE participation. The City's MBE goal on this project is six percent.

The project is located in COUNCIL DISTRICT 7, Mapsco 22 B and 22F.

 
FISCAL INFORMATION/CERTIFICATION:

The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water/Sewer DPN Fund for the Northside II 48-inch Water Main, Trench Backfill Replacement and Pavement Repair Project as depicted in the table below.

Fund

Existing Appropriations

                     Additional Appropriations

Project Total*

Water & Sewer DPN Fund 56011              

$0.00

$1,533,498.00

$1,533,498.00

Project Total

$0.00

$1,533,498.00

$1,533,498.00

* Numbers rounded for presentation purposes.

TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Jay Chapa (5804)
Originating Department Head:
John Carman (8246)
Additional Information Contact:
Roberto C. Sauceda (2387)

 
 
ATTACHMENTS
  60NSII48TRPAVREPAIR-SJLOUIS - REIMB RESOLUTIONr.doc
  60NSII48TRPAVREPAIR-SJLOUIS _56011_AO17.docx
  60NSII48TRPAVREPAIR-SJLOUIS.pdf
  60NSIITRPAVREPAIR SJLOUIS Form 1295.pdf