Title
Consider/Discuss/Act on a Resolution Authorizing a Contract for the Construction of the US 75 Utility Relocation - North Section Project.
Summary
MEETING DATE: July 20, 2010
DEPARTMENT: Development Services/Engineering
CONTACT: Paul Tucker, PE, Senior Utility Engineer
RECOMMENDED CITY COUNCIL ACTION:
• Approval of Resolution.
ITEM SUMMARY:
• This Resolution authorizes the City Manager to execute a contract with Wilson Contractor Services, L.L.C. for the construction of the US 75 Utility Relocation - North Section Project.
• Ten bids were received for this project on July 1, 2010.
• The lowest responsive bid of $528,723 was submitted by Wilson Contractor Services, L.L.C.
• References for Wilson Contractor Services, L.L.C. were verified in accordance with the contract documents and specifications.
BACKGROUND INFORMATION:
• This project relocates the existing water mains and sewer mains along the section of US 75 between US 380 and Bloomdale Road that are in conflict with the proposed TxDOT US 75 widening project.
• Brown & Gay Engineers, Inc. is the design consultant for this project.
• The results of the eight bids are shown below:
1. Interstate Pipeline Utility
Construction L.LC (Non-responsive) $478,204.05
2. Wilson Contractor Services L.L.C $528,723.00
3. Dickerson Construction Company, Inc. $537,880.50
4. Camino Construction, L.P. $546,477.71
5. Barson Utilities Corp. $547,930.80
6. Quality Excavation, Ltd. $581,774.00
7. Saber Development Corp. $610,531.50
8. North Texas Contracting, Inc. $631,013.50
9. Davis Excavation $657,607.50
10. Atkins Bro’s Equipment Co., Inc. $991,013.00
SPECIAL CONSIDERATIONS:
• Interstate Pipeline Utility Construction, L.L.C. submitted the lowest bid in the amount of $478,204.05; however, their bid was disqualified because they were not responsive to the bid specifications.
• In reviewing the proposal by the low bidder, the minimum of three years experience requirement was not met by the contractor performing the type(s) of work required for this project (Section I, page 14 of the proposal) and greatest number of contracts in excess of $500,000 under construction at one time in the company’s history is two, but these projects were not listed (Section I, Item 6, pages 14 - 17 of the proposal); therefore, the bid was considered non-responsive.
• Wilson Contractor Services, L.L.C. complied with all requirements of the bid specifications.
FINANCIAL SUMMARY:
• The Resolution authorizes a contract with Wilson Contractor Services, L.L.C. for an amount not to exceed $585,000.
• Funds are available in the Capital Improvements Program in project WA9120 ($485,000) and WW9121 ($100,000).
BOARD OR COMMISSION RECOMMENDATION:
• N/A