Loading...
HomeMy WebLinkAboutPR 21228: CONTRACT WITH CONSTRUCTION MANAGERS OF SOUTHEAST TEXAS City of Port Arthur Transit Department Memorandum To: Ron Burton,City Manager From: Ivan Mitchell,Transit Director Cc: Joshua Melling,Maintenance Supervisor Date: January 31,2020 Re: P.R 21228—Authorization to execute a contract with Construction Managers of Southeast Texas(CMOST)to construct PAT's new maintenance building and electric charging infrastructure Nature of Request: Proposed Resolution No. 21228 requests authorization for the City Manager to execute a contract with Construction Managers of Southeast Texas (CMOST) to construct PAT's new maintenance facility and electric bus charging infrastructure. Background: The project's original scope required PAT's maintenance facility to undergo structural adjustments to accommodate taller vehicles, the installation of a hydraulic lifts, hoist chains, and electric charging stations. Huitt-Zollars preliminary site assessment informed PAT that the original location for the maintenance building expansion was not feasible due to structural and other issues. Specifically, there is a water tower next to the proposed building expansion that creates structural challenges for installing building footers as well as a high capacity water main that would be located under the footprint of the expanded building. They could not design a building over the main due to structural and access concerns. Therefore, PAT developed alternate options and concluded that the most optimal choice was to construct a new building. The building will remain within the existing facility boundary as originally planned with a similar square footage to accommodate three new service bays to support battery electric bus maintenance. PAT issued a Request for Bids (RFB) for qualified vendors to submit bids to construct the new maintenance building. Three (3) bids were received, and have been evaluated by Purchasing and PAT. Recommendation: It is recommended that the City Council approve proposed P.R. 21228,authorizing the City Manager to enter into a contract with CMOST to construct PAT's new maintenance facility and electric bus charging infrastructure in the amount not to exceed$3,495,000. Budgetary/Fiscal Effect: The Federal 5307 and 5339(b) funds for this project are 100%reimbursable in account 401-1509-561.82-00 with a local match of$58,700 required for the Federal 5339(c)funds. P.R. No. 21228 1/31/2020 IM RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH CONSTRUCTION MANAGERS OF SOUTHEAST TEXAS OF PORT ARTHUR, TEXAS TO CONSTRUCT PORT ARTHUR TRANSIT'S NEW MAINTENANCE BUILDING AND ELECTRIC CHARGING INFRASTRUCTURE, IN AN AMOUNT NOT TO EXCEED $3,495,000; FUNDS AVAILABLE IN ACCOUNT 401- 1509-561.82-00. WHEREAS, pursuant to Resolution No. 19-017, the City Council authorized the City Manager to execute an agreement with Huitt-Zollars to design the new maintenance building and electric charging infrastructure for Port Arthur Transit(PAT); and, WHEREAS, PAT has been allotted federal funding to construct the maintenance building and electric charging infrastructure; and, WHEREAS, the Port Arthur Purchasing Division issued a Request for Bids to construct the maintenance building and electric charging infrastructure; and, WHEREAS, three (3) bids were received and evaluated by Purchasing and PAT, a copy of the Bid Tabulation is attached hereto as Exhibit"A"; and, WHEREAS, PAT is recommending that the City of Port Arthur by its City Manager award Construction Managers of Southeast Texas(CMOST),the lowest responsible bidder, as delineated in Exhibit"A". WHEREAS, a contract agreement between the City Of Port Arthur and CMOST is attached hereto as Exhibit"B". NOW, THEREFORE, 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. THAT, the City Manager is hereby authorized to enter into a contract with Construction Managers of Southeast Texas (CMOST) of Port Arthur, Texas, to construct Port Arthur Transit's maintenance building and electric charging infrastructure, in an amount not to exceed $3,495,00.00, in substantially the same form as attached hereto as Exhibit"B". THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. No. 21228 1/31/2020 IM READ, ADOPTED AND APPROVED this day of A.D. 2020 at a Regular Meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: NOES: Thurman "Bill" Bartie, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: al '17,1 ity A Forney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 401-1509-561.82-00 4&,--\p1 .1 1 Ronald Burton Kandy Dan' 1 City Manager Interim Director of Finance Clifton Williams, CPPB Ivan Mitchell Purchasing Manger Transit Director Y.R. No. 21228 1/31/2020 1M Exhibit "A" HUI11 :A [)LIAR HU1TT-zou.ARS,INC. i 1O3SO Richmond Ave. i Suite 300 a Houston,TX 77042.4248 281.496.0066 phone • 281.496.02201ox i hulll-zollan.com February 4, 2020 Mr. Ivan Mitchell Transit Manager City of Port Arthur Transit 344 Procter Street Port Arthur, TX 77640 Reference: Recommendation to Award for Transit Maintenance Building Rebuild Dear Mr. Mitchell: Huitt-Zollars, Inc. has reviewed bids received by the City of Port Arthur on January 29, 2020 in response to the Request for Proposal (RFP) for the Transit Maintenance Building Rebuild. Three bids that were received and analyzed. Alphabetically list the bidders are Construction Managers of Southeast Texas (CMS), McInnis Construction (MCI), Inc., and N&T Construction Co., Inc. (N&T). A summary of the is provided below. Base bids for nine month, ten month, and one year construction durations were provided. Alternates 1 and 2 were also provided per the RFP. The summary of the bid items as listed on each firm's bid tabulation is as follows: CMS MCI N&T Item Meas. Item Description Item Total Item Total Item Total No. Unit Amt. Bid Amt. Bid Amt. Bid Pricing based on a nine month contract 1 LS duration. $ 3,495,000.00 $ 4,065,000.00 $ 3,640,000.00 Pricing based on a ten month contract 2 LS duration. $ 3,510,000.00 $ 3,872,000.00 $ 3,595,000.00 Pricing based on a one year contract 3 LS duration. $ 3,540,000.00 $ 3,872,000.00 $ 3,550,000.00 ALTERNATE#1-Construction of Inspection 4 LS and Maintenance Pit $ 251,028.70 $ 234,000.00 $ 275,000.00 5 LS ALTERNATE#2-In-Ground Lift $ 191,794.65 $ 68,000.00 $ 240,000.00 7 LS Total Nine month bid plus Alternate#1 $ 3,746,029 00 $ 4,299,000.00 $ 3,915,000.00 8 LS Total Nine month bid plus Altemate#1 and#2 $ 3,937,823.00 $ 4,367,000.00 $ 4,155,000.00 10 LS Total Ten month bid plus Alternate#1 $ 3,761,029.00 $ 4,106,000.00 $ 3,870,000.00 11 LS Total Ten month bid plus Alternate#1 and#2 $ 3,952,823.00 $ 4,174,000.00 $ 4,110,000.00 13 LS Total One Year bid plus Alternate#1 $ 3,791,029.00 $ 4,106,000.00 $ 3,825,000.00 14 LS Total One Year bid plus Alternate#1 and#2 $ 3,982,823.00 $ 4,174,000.00 $ 4,065,000.00 J DVANCEDESIGN Page 2 HUITT-ZOLIARS Of the three bids analyzed two had irregularities. 1. MCI's amount for Alternative #2 was substantially below the other two bidders. The cost specified is insufficient to purchase a new in-ground lift. The other two bids are representative of the expected cost for Alternative #2. 2. N&T excluded pricing for several items indicated in the RFP. The apparent low bidder is CMS for each of the construction durations specified for the Base Bid. The second low bidder is competitively priced for each of the construction durations with differences in the base bids are 0.2% to 3.0% for all construction durations. In conclusion Huitt-Zollars recommends that CMS be awarded the Contract with a construction duration of nine months for the Base Bid Work. CMS's pricing of Alternative #1(inspection pit) and Alternative #2 (in-ground lift) are reasonable. At the City's discretion, the selection of either or both may be included in the approved contract's scope of work. Sincerely, B. Frank Andrews, P.E. Associate P.R. No.21228 1/31/2020 IM Exhibit "B"