Loading...
Item 4H - MemoCITY OF SOUTH LAKE Item 4H MEMORANDUM August 19, 2025 To: Alison Ortowski, City Manager From: Lauren LaNeave, Interim Director of Public Works Subject: Award the contract for the construction of Randol Mill Avenue Waterline and Sidewalk Improvements Project, to Quality Excavation, LLC in an amount not to exceed $2,450,000. Action Requested: Award the contract for the construction of Randol Mill Avenue Waterline and Sidewalk Improvements Project, to Quality Excavation, LLC in an amount not to exceed $2,450,000. Background Information: The purpose of this project is to provide pedestrian and utility improvements along Randol Mill Avenue, from Morgan Road to the Southlake city limits near Dove Road. Planned work includes upsizing the existing 8-inch waterline to a 12-inch line, as well as constructing a 5-foot-wide sidewalk that is essential to completing the sidewalk network in this area. These improvements are identified as priority segments in both the Water Master Plan and the Pathways Master Plan. The sidewalk portion of this project was initiated in response to resident concerns about pedestrian safety along Randol Mill Avenue, which were formally presented to the City Council in December 2022. Planning efforts began in 2023, and the sidewalk project was combined with a necessary waterline upgrade. A professional services agreement with KSA Engineers was executed in January 2024, and the design was completed in May 2025. Pedestrian Improvements The planned construction work includes a sidewalk that is identified as a priority segment on the Pathways Master Plan. Due to challenging grades throughout this corridor, this sidewalk will intermittently include the following items to ensure that the final product meets federal requirements outlined by the Americans with Disabilities Act (ADA): • Retaining walls to support the sidewalk at the edge of the roadway. • Railings to protect pedestrians from drop offs. Page 1 of 4 Item 4H • Parkway grading to preserve drainage patterns and meet slope requirements. • Replacement of existing side street approaches and residential driveways. Utility Improvements The existing 8-inch waterline is proposed to be upsized to a 12-inch line. This improvement will increase available flow in the area and improve fire flow capability, enhancing both the level of service and public safety. The contract includes the installation of a temporary waterline to ensure uninterrupted service to residents during construction. Drainage A drainage assessment was completed during design to ensure minimal impact to drainage of adjacent properties. The design team evaluated grading, flow paths, and stormwater capacity to preserve existing flow paths. Proposals Solicitation of Proposals for this project began on May 16, 2025, and competitive sealed proposals were received and opened on June 20, 2025. The eight proposals received for this project are shown in the tabulation below: Proposer Proposal Amount Quality Excavation, LLC $ 2,029,771.00 Four Star Excavating, Inc. $ 2,250,198.00 Ratliff Hardscape, LTD. $ 2,273,778.00 Flow -Line Construction, Inc. $ 2,379,818.00 AL Construction, LLC $ 2,491,492.50 Black Rock Construction $ 2,578,922.00 Acadia Services, LLC $ 2,867,404.00 Canary Construction, Inc. $ 3,224,309.00 City staff reviewed and scored the eight proposals using best value criteria as described in the project manual. The evaluation criteria for this bid were the purchase price (50%); Qualifications of Key Personnel (15%); Similar Project Experience (15%); Quality of Goods and Services (15%); and the proposer's reputation (5). The evaluation of the proposals, qualifications and references led to the recommendation of Quality Excavation, LLC for this project. The bid from Quality Excavation, LLC totaled $2,029,771 for the anticipated work. Staff is requesting authorization for a total of $2,450,000 which includes $420,229 in contingency for construction costs that may arise due to unforeseen field conditions. Construction Page 2 of 4 Item 4H is anticipated to begin this fall, after franchise utility relocations are complete. The projected completion date is summer 2026, weather permitting. Communication City staff have been in communication with a neighborhood representative since December 2022 and began coordinating with individual residents who will be most impacted in February 2025. Postcards will be sent to residents before construction commencement. These postcards will display a QR Code that provides a link to a dedicated project website that has been created for communication purposes on this project. This project website shows the project area, discusses the history of this project, shows excerpts from the plans for the proposed improvements, and has a section for monthly progress updates. A comprehensive communication plan will be implemented for the duration of the construction of this project to promote transparency and strong coordination with stakeholders. Financial Considerations: Funding for this agreement is budgeted as part of the approved Capital Improvements Program. Funding for this project is allocated in General Fund, Utility Fund, and Water Impact Fee Fund. Strategic Link: These items link to the City's Strategy Map by delivering on the focus areas of Infrastructure & Development. It provides this by focusing on Financial Objective F2: Investing to Provide & Maintain High Quality Public Assets. Citizen Input/ Board Review: The sidewalk portion of this project was initiated in response to resident concerns about pedestrian safety along Randol Mill Avenue, which were presented to City Council in 2022 and incorporated into the Pathways Master Plan update. Legal Review: This is the standard construction services contract that has been previously reviewed by the City Attorney. Alternatives: The City Council may approve or deny the agreement. Page 3 of 4 Item 4H Supporting Documents: Attachment A: Bid Tabulation Attachment B: Best Value Award Letter Staff Recommendation: Award the contract for the construction of Randol Mill Avenue Waterline and Sidewalk Improvements Project, to Quality Excavation, LLC in an amount not to exceed $2,450,000. Staff Contact: Lauren LaNeave, Interim Director of Public Works Kevin Ferrer, P.E., City Engineer Tiffany Matthews, P.E., Civil Engineer Page 4 of 4