Loading...
HomeMy WebLinkAboutPR 19611: ALLCO, LLC CONTRACT , (`�7 t1' of - E e y 4 tart rthttrf— IeAus INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: December 5, 2016 To: Brian McDougal, City Manager From: Armando Gutierrez, Jr. P.E., Director of Public Works RE: Proposed Resolution No. 19611 RECOMMENDATION I recommend that the City Council approve P. R. No. 19611 authorizing the City Manager to enter into a contract with ALLCO, LLC for the FM 365 Sanitary Sewer Line Replacement Project in the amount of $599,825.00. BACKGROUND On October 24, 2015 and October 31, 2016, competitive bids were solicited and an advertisement for competitive bid was placed in the Port Arthur News for the project and were opened on November 16, 2016 with DBS Constructors, LLC dba MK Constructors having the lowest bid. However, the City determined that this particular bid was non-responsive because it did not submit all necessary paperwork with the bid and other factors as delineated in the Resolution. Therefore, the project is being awarded to the second lowest bidder, Allco, LLC, which was determined to be a responsible bidder that met all of the qualifications set forth in the bid requirements. BUDGET/FISCAL EFFECT Funds are available in Utilities Account No. 410-1255-531.83-00. STAFFING/EMPLOYEE EFFECT None SUMMARY I recommend that the City Council approve P. R. No. 19611 authorizing the City Manager to enter into a contract with ALLCO, LLC for the FM 365 Sanitary Sewer Line Replacement Project in the amount of $599,825.00. "Remember we are here to serve the Citizens of Port Arthur" PR 19611 12/06/16 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE AWARD OF BID AND THE EXECUTION OF A CONTRACT WITH ALLCO, LLC., OF BEAUMONT, TEXAS FOR THE FM 365 SANITARY SEWER LINE REPLACEMENT PROJECT - APPROXIMATELY 3000 LINEAR FEET FROM EL PASO AVENUE TO 1901 FM 365 LIFT STATION IN THE AMOUNT OF $599,825.00; FUNDING AVAILABLE IN ACCOUNT 410-1255- 532.83-00. WHEREAS, on October 24, 2016 and October 31, 2016, the City of Port Arthur's Purchasing Division advertised for the for the FM 365 Sanitary Sewer Line Replacement for the Utility Operations Department; and WHEREAS, four (4) bids were received and opened on November 16, 2016 for the above referenced project and were evaluated by Public Works and Purchasing; and, WHEREAS, BDS Constructors, LLC dba MK Construction of Vidor,Texas was found to be the lowest bid; however, the City determined that this particular bid was non- responsive because it did not submit all of the necessary paperwork with the bid; and, WHEREAS, additionally the City is pursuing a liquidated damages claim against the bidder with regard to a different project which was completed untimely; therefore, the company is not deemed to be a responsible bidder; and, WHEREAS, the City's right to reject any or all bids is authorized by Section 252.043(f) of the Texas Local Government Code; and, WHEREAS, the City has determined that the Contract will be awarded to the second lowest bidder, which has been deemed to be a responsible bidder (see Exhibit "A"); now, therefore, P.R. 19611 Page 2 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Manager is hereby authorized to execute an agreement with Allco, Inc., of Beaumont, Texas (attached as Exhibit "B") for the FM 365 Sanitary Sewer Line Replacement for the amount of $599,825.00, funding being available in account number 410-1255-532.83-00; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2016 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Attest: Sherri Bellard City Secretary P.R. 17 12/01/16 rtb APPROVED AS TO FORM: I Valecia Tizeno City Attorney APPROVED FOR ADMINISTRATION: Brian McDougal City Manager e7 ifton Williams, CPPB Acting Purchasing Manager Armando Gutierrez, Jr., P.E Director of Public Works APPROVED AS TO AVAILABILITY OF FUNDS: Jerry Dale, CPA/CGFO gf f ill1-1t11, Director of Finance S:\electrical_sec\ROE\Street Projects\Cambridge Avenue\Agenda\PR17581 O ƒ H 0 ° QQ o ett• \ / ZI >" 't ct ¥ 1 P-1 z ? H / U tri t a 2 a » / o CT 64 / w r \ CV 2 4. i q § 0 3 k ( c S § ) 2 \ 0 a) n A 2 F U — ] 0 & Clo / § $ 2 Z s.." / k tu Q © k © CA k ) QO • o k CU c4 a l t § � � z 6) A 2 k _ / H C,c7j 2 ƒ cn \ iE © ? 0 k a . cl 7 cnclW 2 at u.4 a /hI / Id .444) c 4_,-, A .•,., \ o -\ E � . A » ci)u 2 / U \' , y « . = a 7 _.:;::;-,_z_ fid # E / 0 ® § § , o « _ : 9 = c » � o e.o — 3 a 1 /. c U P.R. 19611 Page 2 EXHIBIT "A" &t7:4;: . \ § -=- r ici: o 7 ±%'m F n Fa ' --- k_ _ ƒ \ ƒ 2 P / o ƒ = 7.� ® Er m * . ^ . / n 2 % co C,' , e k § vi q \ ?v / = o J AD Imo aq / 0 o A f - C\ _ gam GA 7 k * « CO ON CO / k E / f a t Ps CC "0 X % ro ƒ Ec 5 q t #= G § tz ew = =C \ �EA � or � k m o E n n n m 2 ¥ E # A = 2 > 0 9 - n R E $ ■ iir cn X us 9 o i 2 « 7 2 $ RJ A Q.• § COIS tis Ln w / o• > / -< / q n 0 @ / ? - -oof o be > ° 1" EL � •G = / CO ' 0 - c w C - 0 = @ P.R. 17 12/01/16 rtb EXHIBIT "B" S:\electrical_sec\ROE\Street Projects\Cambridge Avenue\Agenda\PR17581 CONSTRUCTION CONTRACT AGREEMENT [Non-Federally Funded Projects] THIS AGREEMENT, made this day of , A.D. , by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or"CITY" and Alico, LLC a corporation herein acting by and through T.W. Harrison, hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the HWY 365 SANITARY SEWER LINE REPLACEMENT. 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will complete the same within 150 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of$599,825.00, as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following: (A) Construction Contract Agreement (B) Advertisement for BIDS (C) Information to BIDDERS (D) BID (E) BID BOND (F) General Conditions (G) Labor Classification and Minimum Wage Scale (H) Supplemental General Conditions (I) Payment Bond (J) Performance Bond (K) Roadway Repair Bond (L) Maintenance Bond (M) Notice of Award (N) Notice to Proceed (0) Insurance (P) Specifications prepared or issued by Hassan Shomalzadeh, P.E., City of Port Arthur Engineer, dated January 26, 2016 Drawings prepared by numbered 1 through _, dated A-1 Addenda: No. , dated ,20 No. , dated ,20 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: CITY OF PORT ARTHUR BY: Brian McDougal, City Manager ATTEST: Sherri Bellard, City Secretary CONTRACTOR: AIIco, LLC BY: NAME: Title: [CORPORATE SEAL] ATTEST: NAME: A-2 THE CONTRACT IS ON FILE IN THE CITY SECRETARY'S OFFICE