Legistar header
                                                         
File #: RS-18-105    Version: 1 Name: Downtown Streetscaping Phase II
Type: Resolution Status: Passed
File created: 11/5/2018 In control: City Council
On agenda: 11/27/2018 Final action: 11/27/2018
Title: Consider a memorandum/resolution authorizing the award of Bid No. 19-05, Downtown Streetscaping Phase II Project, for a construction contract to Barsh Company.
Sponsors: Public Works Department, Engineering
Attachments: 1. Staff Report, 2. Bid Proposal, 3. Bid Recommendation Letter, 4. Bid Summary, 5. Certificate of Interested Parties, 6. Presentation
Related files: PH-14-038A, PH-14-038C, PH-14-038B
TITLE

Consider a memorandum/resolution authorizing the award of Bid No. 19-05, Downtown Streetscaping Phase II Project, for a construction contract to Barsh Company.

SUMMARY

DATE: November 5 2018

TO: Ronald L. Olson, City Manager

FROM: David A. Olson, Executive Director of Public Works

SUBJECT: Authorize the Award of a Construction Contract with Barsh Company to Construct the Downtown Streetscaping Phase II Project


BACKGROUND AND FINDINGS:

In June 2014, the Downtown Streetscaping Phase I project was completed. Phase II was bid in June 2015, and subsequently bids were rejected in December 2015 due to lack of funds for the bids that were over the estimated project cost.

In January 2014, the Killeen Economic Development Corporation (KEDC) approved a Performance Agreement with Solix, Inc. to lease a building at 402 East Ave. D. As part of the agreement, the KEDC paid the City of Killeen a portion of the costs for the Downtown Streetscaping Phase II.

On February 6, 2018, the City of Killeen entered into a Professional Services Agreement with Quintero Engineering, LLC to provide surveying and engineering services for the redesign of the Downtown Streetscaping Phase II project (Project).

On October 14, 2018 and October 21, 2018, advertisements for bids were posted. On November 1, 2018, two bids were opened for the contractors that submitted bids for the Project. The bids are as follows:

BIDDERS BID
Barsh Company $440,227.90
TTG Utilities, LP $554,003.05


The Engineer’s Estimate is $363,633.32, which is approximately 18% lower than the apparent low bid. This difference is due to the increase in material costs.

THE ALTERNATIVES CONSIDERED:

There are three alternatives to consider:
1) The City can elect to reject all bids and shelve the project. This option would not satisfy the contribution of funding made by KEDC or the performance agreement approved by City Council.
2) The City can elect to rebid the project; however, there is no indication...

Click here for full text