Dallas Logo
File #: 23-46    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 11/21/2022 In control: Department of Public Works
On agenda: 2/22/2023 Final action:
Title: A resolution to ratify an emergency construction services contract for emergency bridge repairs on the Continental/Ronald Kirk Pedestrian Bridge, NBI No. 18-057-9C58-10-007 with Gibson & Associates, Inc., lowest responsible bidder of three - Not to exceed $569,600.00 - Financing: Street and Alley Improvement Fund
Indexes: 6
Attachments: 1. Map, 2. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Transportation & Infrastructure

AGENDA DATE:                     February 22, 2023

COUNCIL DISTRICT(S):                     6

DEPARTMENT:                     Department of Public Works

EXECUTIVE:                     Dr. Robert Perez

______________________________________________________________________

SUBJECT

 

Title

A resolution to ratify an emergency construction services contract for emergency bridge repairs on the Continental/Ronald Kirk Pedestrian Bridge, NBI No. 18-057-9C58-10-007 with Gibson & Associates, Inc., lowest responsible bidder of three - Not to exceed $569,600.00 - Financing: Street and Alley Improvement Fund

 

Body

BACKGROUND

 

Gibson & Associates, Inc., is a Balch Springs based corporation and is a registered vendor with the city of Dallas.

 

This action will ratify a construction services contract with Gibson & Associates, Inc., the lowest responsible bidder, for emergency bridge repairs on the Continental/Ronald (Ron) Kirk Pedestrian Bridge, NBI No. 18-057-9C58-10-007.

 

On January 3, 2022, the Department of Sustainable Development and Construction emailed the Department of Public Works regarding a concern they had about the exposed foundation to the concrete abutment for the Ron Kirk Pedestrian Bridge, NBI No. 18-057-9C58-10-007. One of the walls of a building that had been demolished at 110 Continental Avenue was part of the abutment foundation. The removal of the building had left the abutment foundation exposed.

 

A site visit was conducted on January 27, 2022. The Department of Public Works met with the City’s Bridge consultant, Wiss, Janney, Elstner Associates, Inc., to observe existing conditions and determine the severity of the exposed foundation. Wiss, Janney, Elstner Associates, Inc. considered “the conditions observed to be urgent and recommends emergency action be taken to prevent failure of the soil slope which is no longer supported at its toe. Failure of the soil mass appears to be imminent”.

 

 

 

The Department of Public Works has been working with the owner of 110 Continental Avenue to use the fill on site to place and compact fill against the exposed foundation until a permanent repair can be made. Wiss, Janney, Elstner Associates, Inc. developed plans and specifications for construction to prevent slope failure, which the Department of Public Works has recommended be implemented.

 

ESTIMATED SCHEDULE OF PROJECT

 

Began Construction                                          January 2023

Complete Construction                     March 2023

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

Street and Alley Improvement Fund

$569,600.00

$0.00

$0.00

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

$569,600.00

Emergency Ratifications

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Emergency Ratifications.

 

PROCUREMENT INFORMATION

 

Emergency Procurement: Utilizing emergency procurement guidelines from Texas Local Government Code 252.022 (a)(2).  In conformance with Administrative Directive 4-05, Section 10.5.2 Emergency Procurements.

 

Construction services were also procured through emergency procurement procedures and are exempt from competitive bidding. The construction plans, insurance, and bonding requirements were emailed to the following three contractors with known bridge experience:

 

•    Gibson & Associates, Inc.

•    A and B Construction LLC

•    Southland Holdings LLC

 

The following two bids and one opt for no bid were received and opened on November 9, 2022:

 

Bidders                                         Bid Amount

 

*Gibson & Associates, Inc.           $569,600.00

  11210 Rylie Crest Drive

  Balch Springs, Texas  75180

A and B Construction LLC            $675,566.00

Southland Holdings LLC              **Non-responsive

 

**Southland Holdings LLC was deemed non-responsive for not having adequate time to prepare/submit a proposal.

 

OWNER

 

Gibson & Associates, Inc.

 

William J. Gibson, Chief Executive Officer/President

 

MAP

 

Attached