File #: 14-1267    Name: Redbud Construction Contract
Type: Resolution Status: Approved
In control: City Council Regular Meeting
On agenda: 12/1/2014 Final action: 12/1/2014
Title: Consider/Discuss/Act on a Resolution Authorizing the Interim City Manager to Execute a Contract and All Necessary Change Orders with Tiseo Paving Company for the Construction of Redbud Boulevard from Wilmeth Road to Bloomdale Road and Associated 12-inch Water Line
Attachments: 1. Resolution, 2. Award Recommendation Letter, 3. Location Map, 4. Bid Disqualification Letter
Title
Consider/Discuss/Act on a Resolution Authorizing the Interim City Manager to Execute a Contract and All Necessary Change Orders with Tiseo Paving Company for the Construction of Redbud Boulevard from Wilmeth Road to Bloomdale Road and Associated 12-inch Water Line
      
Summary
 
MEETING DATE:      December 1, 2014
 
DEPARTMENT:      Development Services / Engineering
 
CONTACT:      Joshua Cotton, PE, Senior CIP Engineer
      Gary Graham, PE, PTOE, CIP and Traffic Manager
      
 
RECOMMENDED CITY COUNCIL ACTION:
·      Approval of Resolution.
 
ITEM SUMMARY:
·      This Resolution authorizes the Interim City Manager to execute a contract and all necessary change orders with Tiseo Paving Company for the construction of Redbud Boulevard from Wilmeth Road to Bloomdale Road and associated 12-inch water line (ST4257 & WA4258) for a total contract amount not to exceed $2,130,000.
 
BACKGROUND INFORMATION:
·      Kimley-Horn and Associates, Inc., prepared the construction plans for this project.
·      Eight (8) bids were received for this project on November 20, 2014.  The following is a summary of the bids:
 
Bid No.
Bidder
Bid Amount
1
RKM Utility Services, Inc.
$  1,887,625.00
2
Tiseo Paving Company
$  1,907,632.90
3
Quality Excavation LTD.
$  1,999,832.40
4
McMahon Contracting, L.P.
$  2,000,495.55
5
Pavecon
$  2,089,613.28
6
Mario Sinacola & Sons
$  2,099,969.50
7
Austin Bridge & Road
$  2,305,319.25
8
Ed Bell Construction
$  2,449,473.87
 
·      RKM Utility Services, Inc. submitted the low bid; however, the City is in an ongoing long-term dispute with this contractor on a previous project (DR0206 Throckmorton Street Drainage Improvements) regarding performance under the construction contract and including the quality of the work.  In accordance with NCTCOG 102.12 (4) and (5), RKM Utility Services, Inc. is disqualified based on their performance on the previous project.  Notice has been given to RKM Utility Services, Inc. according to State law.  Therefore, the City will continue to the second low bidder.
·      Tiseo Paving Company submitted the second low bid in the amount of $1,907,632.90.
·      Tiseo Paving Company submitted references and qualifications that were verified in accordance with the bid specifications.
·      Tiseo Paving Company has successfully completed or is near completion on several previous City projects including Alma & Silverado (ST9114), FM 543 Realignment at US 75 (ST6091), and Stacy Road Lanes 5 & 6 (ST3204).
·      The contract documents require that this project achieve final completion in 238 days calendar days after issuance of the Notice to Proceed, which is expected to be issued no later than January 5, 2015.  The project is expected to be complete in September 2015.
 
FINANCIAL SUMMARY:
·      This Resolution authorizes a contract and all necessary change orders including a completion bonus with Tiseo Paving Company for an amount not to exceed $2,130,000.
·      Upon approval of the concurrent CIP Budget Amendment Ordinance, funding will be available in the Capital Improvements Program ST4257 ($1,836,807) and WA4258 ($474,000) totaling $2,310,807.
 
·      With approval of this item and concurrent budget amendment, $1,795,200 will be encumbered from ST4257 ($41,607 remaining) and $334,800 will be encumbered from WA4258 ($139,200 remaining) for construction.
 
BOARD OR COMMISSION RECOMMENDATION:       N/A