Legistar header
                                                         
File #: RS-22-037    Version: 1 Name: Wolf Ditch Drainage Improvement Project
Type: Resolution Status: Passed
File created: 2/17/2022 In control: City Council
On agenda: 3/22/2022 Final action: 3/22/2022
Title: Consider a memorandum/resolution awarding Bid No. 22-06 to J.B. & Co. LLC. for the construction of the Wolf Ditch Drainage Improvement Project in the amount of $205,479.
Sponsors: Development Services, Engineering
Attachments: 1. Staff Report, 2. Recommendation Letter, 3. Bid Tab, 4. Bid Proposal, 5. Certificate of Interested Parties, 6. Presentation

Title

 

Consider a memorandum/resolution awarding Bid No. 22-06 to J.B. & Co. LLC. for the construction of the Wolf Ditch Drainage Improvement Project in the amount of $205,479.

Summary

 

DATE:                     March 15, 2022                     

 

TO:                     Kent Cagle, City Manager                     

 

FROM:                     Andrew Zagars, City Engineer                     

 

SUBJECT:                     Authorize the award of Bid 22-06 to J.B. & Co. LLC for the construction of the Wolf Ditch Drainage Improvement Project in the amount of $205,479.00.                       

 

BACKGROUND AND FINDINGS:

 

This project was rated No. 1 in the 2012 Drainage Master Plan. The purpose is to alleviate historical drainage issues and flooding of homes located in the Skyline Terrace 3RD Extension Subdivision. Drainage analysis and hydraulic assessment concludes that new drainage infrastructure is warranted to include new storm sewer and curb inlets within the Skyline Terrace 3RD Extension subdivision. City Council approved CCM/R 20-080R on April 18, 2020, and subsequently City executed a professional services agreement with Jones-Heroy & Associates, Inc.

City published the bid for Wolf Ditch Drainage Improvements project on January 09, 2022, and the City of Killeen received competitive bids from four contractors for Wolf Ditch Drainage Improvement Project. The bids, opened and read aloud through zoom online video conferencing, are as follows:

Bidders

Total Bid Amount

J.B. & Co. LLC

$205,479.00

TCB Construction, Inc.

$296,629.00

Mike Larsen Company

$345,012.00

Terra Path, Inc.

$368,000.00

 

 

THE ALTERNATIVES CONSIDERED:

 

1.                     Award Bid 22-06 to J.B. & Co. LLC. for the construction of Wolf Ditch Drainage Improvement Project.

2.                     Reject all bids and do not move forward with the construction of Wolf Ditch Drainage Improvement Project.

 

Which alternative is recommended? Why?

 

Alternative “1” is recommended because:

a.                     J.B. & Co. LLC., is the lowest responsible bidder.

b.                     Jones-Heroy & Associates, Inc., the design engineering firm on this project, reviewed and recommended the contract be awarded to J.B. & Co. LLC.

 

CONFORMITY TO CITY POLICY:

 

This project conforms to all State and City purchasing policies.

 

FINANCIAL IMPACT:

 

What is the amount of the expenditure in the current fiscal year? For future years?

 

The total cost for construction and installation of new storm sewer pipe with new curb inlets and drainage appurtenances is $205,479.00.

 

Is this a one-time or recurring expenditure?

 

This is a one-time expenditure.

 

Is this expenditure budgeted?

 

Yes, the expenditure is budgeted in the Drainage Bond Fund account 576-9591-495.63-28.

 

If not, where will the money come from?

 

N/A

 

Is there a sufficient amount in the budgeted line-item for this expenditure?

 

Yes, there is a sufficient amount in the budgeted line-item for this expenditure.

 

RECOMMENDATION:

 

Staff recommends that the City Council award Bid 22-06 to J.B. & Co. LLC. in the amount of $205,479.00 for construction of Wolf Ditch Drainage Improvement Project, authorize the City Manager or his designee to enter into a contract with J.B. & Co. LLC., and authorize the City Manager to execute any and all changes within the amounts set by state and local law.

 

DEPARTMENTAL CLEARANCES:

 

Development Services

Finance

City Attorney

 

ATTACHED SUPPORTING DOCUMENTS:

 

Recommendation Letter

Bid Tab

Bid Proposal

Certificate of Interested Parties