Skip to main content
File #: 09-547    Name: Healthy Creeks and Lakes Grading and Clearing of Drainage Channels
Type: Agenda Item Status: Resolution
In control: City Council Regular Meeting
On agenda: 12/15/2009 Final action: 12/15/2009
Title: Consider/Discuss/Act on a Resolution Authorizing the Healthy Creeks and Lakes Grading and Clearing of Drainage Channels Contract
Attachments: 1. Resolution, 2. Bid Tabulation

Title

Consider/Discuss/Act on a Resolution Authorizing the Healthy Creeks and Lakes Grading and Clearing of Drainage Channels Contract

 

Summary

 

MEETING DATE:                      December 15, 2009

 

DEPARTMENT:                      Finance/Purchasing

                     Development Services/Engineering

                     Public Works/Streets

 

CONTACT:                      John Lemmond, CPPB, Purchasing Coordinator

                     Lissa M. Shepard, PE, CFM, Civil Engineer

                     Paul Sparkman, Streets Superintendent

 

RECOMMENDED CITY COUNCIL ACTION:

                     Approve the Resolution.

 

ITEM SUMMARY:

                     This item authorizes the City Manager to enter into a contract with Sadler Demolition for earthwork, grading and clearing for the Healthy Creeks and Lakes Program.

                     This contract will be for earthwork, grading and clearing work can be more economically performed by a contractor, on an as-needed basis, for a three-year period.

 

BACKGROUND INFORMATION:

                     Street Department personnel perform a majority of the work for the Healthy Creeks and Lakes program.

                     Occasionally there are projects that require larger or specialized equipment to complete the project.

                     In these cases it is more economical to hire a contractor to perform the work in lieu of purchasing larger or specialized equipment; therefore, a bid package was prepared that includes these as-needed services to be provided by a contractor.

                     The bid package was advertised on October 15, 2009 (Invitation to Bid 10-03SC) and was opened on November 5, 2009.

                     Attached is the Bid Tabulation that provides the unit price or rate for each of the individual elements.

                     The criteria in the bid document specifies the award will be made to the contractor that provides the best value for the City of McKinney based on the following:

o                     Purchase price (50%)

o                     Reputation of the bidder and of the bidders goods or services (30%)

o                     Bidders past relationship with the City of McKinney (20%)

o                     Sadler Demolition was selected because they have the lowest prices on 21 out of 29 bid items and they have performed well on past similar projects in McKinney.

 

FINANCIAL SUMMARY:

                     •Funding for these services is currently budgeted in the Stormwater Operating Account 006-9999-503-8516.

                     The contract for this excavation, grading and work is for an amount not to exceed $440,000 annually.

 

BOARD OR COMMISSION RECOMMENDATION:

• N/A