Ann Arbor logo
File #: 19-0580    Version: 1 Name: 5/6/19 - 2019 Misc Utility Project Construction Contract
Type: Resolution Status: Passed
File created: 5/6/2019 In control: City Council
On agenda: 5/6/2019 Final action: 5/6/2019
Enactment date: 5/6/2019 Enactment #: R-19-202
Title: Resolution to Award a Construction Contract to Douglas N. Higgins, Inc. for the 2019 Miscellaneous Utility Project ($1,512,263.50)
Attachments: 1. 2019 Misc Utility Cover Sheet.pdf, 2. ITB 4556 - 2019 Misc Utility - Bid Summary.pdf, 3. ITB 4556 Combined Spec Book - FINAL.pdf

Title

Resolution to Award a Construction Contract to Douglas N. Higgins, Inc. for the 2019 Miscellaneous Utility Project ($1,512,263.50)

Memorandum

Attached for your approval is a resolution to award a construction contract to Douglas N. Higgins, Inc. (DNHI), in the amount of $1,512,263.50, for the 2019 Miscellaneous Utility Project.

 

Project Description

 

This project includes 3 project areas and scopes:  

                     Bucholz Court: 

o                     Replace water main on Bucholz Court from Bath to Willow. 

                     Cedar Bend Drive (southern portion off Fuller Rd): 

o                     Replace water main from Fuller to the dead end of Cedar Bend Drive.

o                     The existing gravel road will be reconfigured at the dead end to allow for snow plow and solid waste trucks to turn around. 

                     Maywood Avenue: 

o                     Replace water main and install storm sewer system for road drainage from Stadium to Avondale.

 

The City published plans and specifications through its procurement website and MITN.info and received four bids on March 27, 2019. DNHI was the lowest responsible bidder at $1,512,263.50, which is 10% below the Engineer’s Estimate. A summary of the bids is attached.

 

DNHI submitted all required Non-Discrimination, Prevailing Wage, Living Wage, and Conflict of Interest Disclosure forms and complies with the requirements of the City’s Non-Discrimination and Living Wage ordinances.

 

A contingency amount of $151,000.00 is requested to cover changes orders approved by the City Administrator.

 

Budget/Fiscal ImpactThe current Capital Improvements Plan (CIP) includes each area and scope (UT-WS-18-04, UT-WS-04-07, MF-SW-20-02, UT-ST-20-01, UT-WS-18-01, and TR-SC-13-07).  The total cost of the project is estimated to be $2,193,000.00, which includes a construction contingency, project management and contract administration, construction engineering, inspection, construction materials testing, equipment rental, and miscellaneous expenses,

 

Funding for the project is included in the approved capital budgets of the Water Supply System, the Storm Water Fund, the Solid Waste Fund, and the Street, Bridge and Sidewalk Millage Fund.

 

Project revenues are summarized in the table below

 

Fund

Budget Amount

Water Supply System

$1,191,000.00

Stormwater Fund

$   558,000.00

Street, Bridge and Sidewalk Millage Fund

$   370,000.00

Solid Waste Fund

$     74,000.00

Total

$2,193,000.00

 

Staff

Prepared by:                       Nicholas Hutchinson, P.E., City Engineer

Reviewed by:  Craig Hupy, Public Services Area Administrator

Approved by:                       Howard Lazarus, City Administrator

Body

Whereas, The 2019 Miscellaneous Utility Project will provide more reliable water service on Bucholz Court, Cedar Bend Drive (south leg from Fuller to dead end), and on Maywood Ave, will allow solid waste trucks to more safely turn around on Cedar Bend Drive, and will upgrade and improve the existing storm sewer system along Maywood from Stadium to Avondale;

 

Whereas, The Capital Improvements Plan (CIP) includes the 2019 Miscellaneous Utility Project (UT-WS-18-04, UT-WS-04-07, MF-SW-20-02, UT-ST-20-01, UT-WS-18-01, TR-SC-13-07);

 

Whereas, Funding for this Project is included in the Water Supply System, the Stormwater Fund, the Solid Waste Fund, and the Street, Bridge and Sidewalk Millage Fund approved capital budgets;

 

Whereas, Competitive bids were received by Procurement on March 27, 2019 (ITB 4556) and Douglas N. Higgins, Inc., was the lowest responsible bidder with a submitted bid of $1,512,263.50;

 

Whereas, The proposed contract sets forth the services to be performed and the payments to be made, all of which are agreeable to the City;

 

Whereas, It is now appropriate to enter into a Contract with said company for this construction project; and

 

Whereas, Douglas N. Higgins, Inc.,  has submitted all required Non-Discrimination, Prevailing Wage, Living Wage, and Conflict of Interest Disclosure forms and complies with the requirements of the City’s Non-Discrimination and Living Wage ordinances;

 

RESOLVED, That a construction contract in the amount of $1,512,263.50 be awarded to Douglas N. Higgins, Inc. for the construction of the 2019 Miscellaneous Utility Project;

 

RESOLVED, That a contingency amount of $151,000.00 be established within the project budget and that the City Administrator be authorized to approve change orders to the construction contract with Douglas N. Higgins, Inc., not to exceed that amount, in order to satisfactorily complete this Project;

 

RESOLVED, That the City make the following declaration for the purpose of complying with the reimbursement rules of Treasury Regulations 1.150-2 pursuant to the Internal Revenue Code of 1986, as amended, that the City reasonably expects to reimburse itself for expenditures for the costs of the Project with proceeds of Bonds;

 

RESOLVED, That the Mayor and City Clerk be authorized and directed to execute said contract after approval as to form by the City Attorney and approval as to substance by the Public Services Area Administrator and City Administrator; and

 

RESOLVED, That the City Administrator be authorized to take the necessary administrative actions to implement this resolution including approval of needed Traffic Control Orders, night work authorizations, and other similar administrative approvals to allow the work of the project to proceed without delay.