File #: K-1314-119    Version: 1 Name: I-35 Waterline Relocations
Type: Contract Status: Passed
File created: 5/23/2014 In control: City Council
On agenda: 6/10/2014 Final action: 6/10/2014
Title: CONSIDERATION OF AWARDING BID NO. 1314-48, THE NORMAN UTILITIES AUTHORITY'S APPROVAL OF CONTRACT NO. K-1314-119 WITH MATTHEWS TRENCHING COMPANY, INC., IN THE AMOUNT OF $997,875; PERFORMANCE BOND NO. B-1314-76, STATUTORY BOND NO. B-1314-77, AND MAINTENANCE BOND NO. MB-1314-71 FOR THE INTERSTATE 35 WATERLINE RELOCATIONS PROJECT, AND BUDGET APPROPRIATION FROM THE WATER FUND BALANCE.
Attachments: 1. Text File I-35 Water Line Project.pdf, 2. SAIC Estimate, 3. K-1314-119.pdf, 4. Perf B-1314-77, 5. Stat B-1314-78, 6. MB-1314-71.pdf, 7. PR Matthews.pdf
Title
CONSIDERATION OF AWARDING BID NO. 1314-48, THE NORMAN UTILITIES AUTHORITY'S APPROVAL OF CONTRACT NO. K-1314-119 WITH MATTHEWS TRENCHING COMPANY, INC., IN THE AMOUNT OF $997,875; PERFORMANCE BOND NO. B-1314-76, STATUTORY BOND NO. B-1314-77, AND MAINTENANCE BOND NO. MB-1314-71 FOR THE INTERSTATE 35 WATERLINE RELOCATIONS PROJECT, AND BUDGET APPROPRIATION FROM THE WATER FUND BALANCE.

Body
BACKGROUND: As part of the widening of Interstate 35 (I-35), three waterline crossings owned by the Norman Utilities Authority (NUA) must be lowered as directed by the Oklahoma Department of Transportation (ODOT). The relocations are required because the existing waterlines (or portions thereof) are within four vertical feet of a proposed roadway improvement. Generally, this clearance is required to ensure that existing utilities do not impact the roadway construction. Any utility, such as telephone, electric, gas, cable as well as water and sewer utilities operated by the NUA, must be relocated to provide the required clearance.

The NUA will design, bid and construct the work and 100% of the project will be be reimbursed by ODOT upon completion. On November 22, 2013, the NUA authorized the I-35 Waterline Relocations project (WA0196) and approved design Contract No. K-1314-66 with SAIC. On March 25, 2014, the NUA approved two Utility Relocation Agreements with ODOT setting forth requirements for performing the relocations and obtaining reimbursement. Contract No. K-1314-130 is for Waterline A and Contract No. K-1314-131 is for Waterlines B and C. The project will construct the following highway crossings:

1. Waterline A located at Highway 9 and 24th Avenue SW including 355 feet of 12-inch waterline with 200 feet of 24-inch steel casing at an estimated construction cost of $135,000;
2. Waterline B located at I-35 and Briggs including 540 feet of 24-inch waterline with 425 feet of 36-inch steel casing at an estimated construction cost of $650,000;
3. Waterline ...

Click here for full text