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