HomeMy WebLinkAboutPR 12150:BUS. PARK CONTRACTPort Arthur Economic Development Corporation
P. O. Box [089 · Port Arthur, Texas 77641-1089
409/983-8195 · 409/983-8222 fax
Email: portarthuredc~eonet.net · http://www.portarthur.com/edc
Memo
To: Mayor, City Council and Cit~anager
From: Ike Mills, Executive Director//V~
Date: Apd124, 2003
Re: P.R. No. 12150; Council Meeting Apd129, 2003
Attached is P.R. No. 12150 approving Contract VII in the amount of
$597,672.00 to Excavator & constructors as it pertains to the Port Arthur Business
Park as approved by the Section 4A Port Arthur Economic Development
Corporation. The Board of Directors of the EDC allowed Sandra Enterprises to
withdraw their bid since Sandra Enterprises indicated they made an innocent mistake
in bidding the project with no intention to circumvent the bidding procedures. Sandra
Enterprises bid $499.186.03.
cc: Mark T. Sokoiow, City Attomey
Jim Wimbedey, EDC Attomey
RESOLUTION NO.
A RESOLUTION APPROVIN~ THE AWARD OF
P. R. No. 12150
04y14/03 bj~
CONTRACT
VII IN THE AMOUNT OF $597,672.00 TO ESCAVATOR
&CONSTRUCTOES FOR THE PORT A~THUR BUSINESS
PARK AS APPROVED BY THE SECTION 4A PORT
ARTHUR ECONOMIC DEVELOPMENT CORPORATION
WHEREAS, the Section 4A Economic Development Corporation
advertised for bidders to construct the Port Arthur Business Park;
and
WHEREAS, the Business Park project was divided into seven
contracts, Contract I and Contract VII were not previously awarded.
WHEREAS, the bids for Contract VII (landscaping and final
grading) were received on February 19, 2003 and were reviewed and
evaluated by Schaumburg & Polk as well as by Diamond Consulting;
and
WHEREAS, the report and recommendations of Schaumburg & Polk
and Diamond Consulting are attached as Exhibits "A" and "B"; and
WHEREAS, on March 31, 31, 2003, the Board of directors of the
Port Arthur Section 4A Port Arthur Economic Development Corporation
voted unanimously to allow Sandra Enterprises to withdraw their bid
at $499,186.03 due to an innocent material mistake in bidding with
no intention to circumvent the bidding procedures and to approve
the award of Contract VII to Excavators & Constructors for
$597,672; and
WHEREAS, the actions of Section 4A Economic Development
Corporation require the approval by the City Council; and
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
Section 1. That the facts and opinions in the preamble are true
and correct.
Section 2. That the City Council herein approves the award of
construction contract for Contract VII to Excavator &
Constructors for $597,672 by the Section 4A Economic
Development Corporation.
Section 3. That a copy of the caption of this Resolution be
spread upon the Minutes of the City Council
READ, ADOPTED AND APPROVED on this day of ,
A.D., 2003, at a Regular Meeting of the City Council of the City
of Port Arthur, Texas, by the following vote: AYES:
Mayor , City Council ,
NOES
ATTEST:
EVANGELINE GREEN,
OSCAR ORTIZ, MAYOR
CITY SECRETARY
PROVED AS T~ FORM:
r0 ious ,,ifm ' , ,/EXECUT Xm
APPROVED AS TO FORM:
MARK T. SOKOLOW, CITY ATTOP~NEY
APPROVED FOR ADMINISTRATION:
STEVE FITZGIBBONS, CITY MANAGER
APPROVED AS TO AVAILABILITY OF FUNDS
REBECCA UNDERHILL, DIRECTOR OF FINANCE
EXHIBIT ~A"
Diamond Consulting Economic Development
Architecture
t~ Gambrel Oak Place Planning
The Woodlands. Texas 77380
April 14, 2003
Mr. lke Mills
Executive Director
Port Arthur Ecunomie Development Corporation
P.O. Box 1089
Port Arthur, Texas 77640-1089
Re: City Council Meeting to Award Contracts and Change Orders for Business Park
Dear Ike,
As you know, bids for Contracts I and VII were received in January and February respectively. I delayed submitting
~hem for award until they could be considered as one package along with Change Order 2 for Contract VI and
Agreement letters from the utility companies. As you will recall The March EDC board meeting was delayed
several weeks. But these have not been included on either of the two subsequent City Council meeting agendas and
are thus still pending.
Change Order 2 to Contract VI is now critical The contractor must receive the alternate valve called for in this
change order before he can complete construction of the retention pond and ouffall structures. This valve has a lead-
time of weeks in order to allow it to be fabricated speeifically for our application.
The folinw'mg agreements that were approved by the EDC Board on March 31:
Contract VI - Change Order 2 -Substitution of outfall valves + $15,406.00
Contract I- General Requirements - award of the following:
Contact for Construction Sign - $1,957.34 to Fast Sign
Contract for Temporary Project Sign - $4,125.87 to Fast Signs
Contract for Modular Office - $48,893.00 to Eagle Pro Engineering Inc.
Contact VI~ Landscaping and Final Grading - award of the following:
Contract for consu'uction -
Utility Agreements
Agreement for Power Services-
Gas Service-
$597,672.00 to Excavators and Constructcxs Inc.
$351,000.00 with Entergy
Not to exceed $165.000 -with Texas Gas
In addition to these items we have since uncovered two additional items that may require action by both the EDC
Board and City Council. They are:
Potential changes m Contract V- Road Improvements as a result of changes in soil moisture content (see
Monthly Report for March and April). Additional soil tests are currently underway to resolve concerns and
revise paving section and sub grade design if required.
Change Order 3 to Contract 11I - Underground Utilities - This change order is for revisions in the Jade
Road connection to a new offsite water line being constructed by the City under separate conlmct These
ph 281 367 7821 fax 281 292 7552 email diaconsult@worldcet.att.net
IkeMills
Apdl14,2003
Page 2 of 2
revisions are the results of changes requested by the City's Utility Director. It and will increase the length
of bore uader FM 365, require the removal and replacement ora portion of Jade Ave south of FM 365 and
add valves and other appurtenances at the connection point. A proposal in the mount of $25,798.50 has
been received from E&C Ine and reviewed by our Engineer. This change order is also time critical.
I respectfully request that a special meeting be scheduled with the City Council at the earliest practical date. It this
is not possible, I request that the city include these items on its next regular council meeting. If it is possible I also
request that a special meeting of the EDC Board be scheduled prior to the Council meeting to consider Change
Order 3 to Contract :ill and (if matters can be resolved in time) any changes to Contract V.
If you have any questions please let me know.
Warm regards,
William E. Diamond Il
Ce: Tim Alexander
Bill Hughes
EXHIBIT "B"
Schaumburg & Polk, Inc.
CONSULTING ENGINEERS
8865 College Street, Suite 100
Beaumont, Texas 77707
Phone (409)866-0341
Fax (409)866-0337
March 5, 2003
Mr. William E. Diamond
Diamond Consulting
t 1 Gambrel Oak Place
Houston. Texas 77380
Re;
Port Arthur Business Park
Contract VII - kandscaping & Final Grading
Bid Tabulation & Engineer's Recommendations
RECEIVED
Mr. Diamond:
Please find attached the Bid Tabulation for "Contract VII - Landscaping & Final
Grading" for bids received on February 19, 2003. We had a total of two proposals that
were received before the specified bid time and we had one proposal that was turned in
after the specified bid time The late proposal was returned to the bidder unopened.
The apparen, t low bid was submitted by Sandra's Enterprises, Inc. with a total base bid of
$499,186.03 in 240 calendar days. The second low bid was submitted by Excavators &
Constructors for the total base bid of $597,672.00 in 120 calendar days. The difference
between the two bids submitted is $98,485.97, which causes some concern as to the large
spread between them and the low bid would take twice as long to complete the work.
Upon reviewing the bids for accuracy, we discovered that the apparent low bid had a
math eh-or in the labor and material breakdown. This error was brought to the attention
of Sandra Guilbeau with a phone call to request a clarification letter from her company.
While discussing the math error, we reviewed several other bid items and the differences
in the costs for labor & equipment in Items #3 & #5 was our greatest concern. I
requested that Ms. Guilbeau write a letter to explain the proper allocation of the labor and
material breakdown and also explain the reasons for the large discrepancy in these two
items and the long period of construction. '
I received the attached letter from Sandra's Enterprises, Inc. dated February 25th
explaining the proper allocation of the breakdown and explanation of the calendar days.
This letter also inforn~ed us that there was an error in their proposal causing them great
concern. They did not state their intentions for honoring their proposal in this letter,
therefore, we requested a second letter for them to state their position. In the attached
letter, Sandra's Enterprises, Inc. requests that they be allowed to withdraw their bid
without penalty due to errors in their estimate.
Based upon the current engineer's estimate of $565,000.00, it is Clear that Sandra's
Enterprises, Inc. does appear to be approximately 12% lower than our engineer's
BidTab_Recom,nendations.doc Schaumburg & Polk, Inc.
CONSULTING ENGINEERS
estimate, however, the next bid is approximately 5% above our engineer's estimate.
Based upon the request from Sandra's Enterprises to withdraw their proposal, we feel that
only two options are available for award of this project. 1) Award to the second low
bidder; or 2) Reject ail bids and re-bid the project Since either option would be
acceptable to us for continuing with the award of this contract, we will proceed with this
Contract VII based upon the decisions and declarations of the Port Arthur EDC and City
Council. Please advise as to how we should proceed after the decision is made.
Please contact me if you have any questions.
Sincerely,
Schaumburg & Polk, Inc.
William R. Hughes, Jr., P.E.
Project Manager
Attachments
CC:
Ike Mills, Executive Director- Port Arthur EDC
Port Arthur Business Park Project File c\o Diamond Consulting
SP1 File No. 3602
BID TABULATION
PORT ARTHUR BUSINESS PARK
CONTRACT VII - LANDSCAPING & FINAL GRADING
BID DATE: FEBRUARY 19, 2003 AT 3:00 P.M.
SANDRA'S ENTERPRISES
~NG1NEER: SCHAUMBURG & POLK, INC. INC. dba Professional Maid EXCAVATORS &
Service CONSTRUCTORS, INC.
Engineer's Estimate $565,000 2951 W. Hwy 36S 8869 S. Hwy. 69
Port Arthur, TX 77640 Port Arthur, TX 77640
IASE BID
Proposed to provide all labor, materials, tools,
equipment, and supe~-dsion necessary to
complete the construcfion of the landscaping and
final grading aa specified in Contract VII in
accordance with the plans & specifications for
the total lump sum separated price of
I LS $499,186.03 $597,672.00
MATERIALS I LS $343,664.49 $288,300.00
LABOR & EQUIPMENT I LS $131,250.00 $309,372.00
UNIT PRICE BRE.4KDOFI/N (INCLUDED IN BASE BID):
ITEM NO. 1:
Provide mobilization costs, including payment
boad, performance bond, performance bond
~nsurance, and movlng equipment to the project,
all in strict accordance with the plans and
specifications; NOT TO EXCEED 5% OF
tOTAL PROJECT BID for the lump sum
separated price of
1 LS $24,271.54 $13,440.00
MATERIALS I LS $24,271.54 $500.00
LABOR & EQUIPMEN~I I LS $0.00 $12,940.00
ITEM NO. 2:
To provide installation of all Landscaping
including but not limited to Trees, Shrubs.
Traffic Island Construction with Brick Pavers
using an allowance of $300.00 per 100 installed
bricks and related items as specified in the plans
& specifications for the lump sum separated
~rice of 1 LS $136,749.20 $108,900.00
MATERIALS 1 LS $99,749.20 $77,300.00
LABOR & EQUIPMENT 1 LS $37,000.00 $31,600.00
ITEM NO. 3
lZfo provide installation of all Mon-t~ments
including but not limited to Bedding, Concrete
Masonry, Painting and related items as specified
in the plans & specifications for the hlmp sumi
separated price of
] LS $86,480.57 $114,500.00
MATERIALS I LS $66,480.57 $52,500.00
LABOR & EQUIPMENT J LS $20,000.00 $62,000.00-
BID TABULATION
PORT ARTHUR BUSINESS PARK
CONTRACT VII - LANDSCAPING & FINAL GRADING
BID DATE: FEBRUARY 19, 2003 AT 3:00 P.M.
ENGINEER: SCHAUMBURG & POLK, INC. SANDRA~S ENTERPRISES
INC. dba Professional Maid EXCAVATORS &
Service CONSTRUCTORS, INC.
Engineer's Estimate $565,000 2951 W. Hwy 365 8869 S. Hwy. 69
Port Arthur, TX 77640 Port Arthur, TX 77640
iTEM NO.4:
!% provide installation of all Irr/gation Systerr
appurtenances including but not limited tc
Irrigation System, Maintenance and related
items as specified in the plans & specification
[or the lump sum separated price of
I LS $105,874.72 $75,900.00
MATERIALI 1 LS $75,274.72 $31,000.00
LABOR & EQUIPMENT I LS $30,600.00 $44,900.00
ITEM NO. 5:
To complete all Finish Grading, Hydromulch
Seeding, Excavation, Backfill, On-site Disposal
of Excess Material, Additional Clearing,
SWPPP Maintenance and Subsequent Removal
Construction Debris' Removal and related items
as specified in the plans & specifications for the
lump sum separated price of
I LS $46,810.00 $134,820.00
MATERIAL: I LS $37,610.00 $49,000.00
LABOR & EQUIPMEN'I I LS $9,200.00 $85,820.00
lTEM NO. 6:
ITo complete the Construction of the Access
Road (approx. 4500 L.F.) and related items as
specified in the plans & specifications for the
lump sum separated price of 1 LS $99,000.00 $150,112.00
MATERIALS: I LS $64,550.00 $78,000.00
LABOR & EQUIPMENT: I LS $34,450.00 $72,112.~
TOTAL BASE BID $499,186.03 $597,672.00
BID TABULATION
PORT ARTHUR BUSINESS PARK
'CONTRACT VII - LANDSCAPING & FINAL GRADING
BID DATE: FEBRUARY 19, 2003 AT 3:00 P.M.
ENGINEER: SCHAUMBURG & POLK, INC. SANDRA'S ENTERPRISES,
INC. dba Professional Maid EXCAVATORS &
Service CONSTRUCTORS, INC.
Engineer's Estimate $565,000 2951 W. Hwy 365 8869 S. Hwy. 69
Port Arthur, TX 77640 Port Arthur, TX 77640
. _ %. -=- . - _.
ALTERNATIVE BID NO. 1
To provide the installation of additional or
deduction of Quercus Virginiana (Live Oak) as
directed by ENG1NEER in accordance with the
)fans and specifications for the lump sum
separated price of $324.00 $220.00
MATERIALS: 1 LS $324.00 $125.00
LABOR & EQUIPMENT: I LS $0.00 $95.00
ALTERNATIVE BID NO. 2:
To provide the installation or deduction of Bricl~
Pavers as directed by ENGiNEER in accordance
with the plans and specifications for the ]uml:
sum separated price of $12.71 Per Square Foot $220.00
MATERIALS: I LS $12.71 Per Square Foot $100.00
LABOR & EQUIPMENT: 1 LS $0.00 $120.00
4. LTERNATIVE BID NO. 3:
To provide Florida Sabal Pahns in lieu ot
Washingtonia Robusta specified in the revised
~lao L9 of 9 (with all ortner items remaining the
same), Deduct from the Base Bid the lump sum
__ !price of $5,2~27.20 $11,500.00
MATERIALS: I LS $5,227.20 $11,500.00
LABOR & EQUIPMENT: 1 LS $0.00 $0.00
CONTRACT VII - CONSECUTIVE CALENDAR DAYS
HUB/DBE Business participation percentage
Port Arthur Business participation percentage
Hired or Employed Porl Arlhur Residents
Acknowledge Addendum No.s I & No 2
240 120
15% 20%
10(1% 1(10%
58 As needed
The Bid Proposals submitted have been reviesved, and ~o the best of my knowledge this is an accurate tabulation of
the Bids received.
BY:
Ph. 800-722-7939
Fax 409-724-6461
Pg. 409-723-5763
e-mail: .anus @ pernet.net
February 25, 2003
Mr. William R. Hughes, Jr. P.E.
Schaumburg & Polk, Inc.
8865 College Street
Beaumont, TX 77707
SANDRA'S ENTERPRISES, INC.
2951 W. Hwy. 365 ·
PORT ARTHUR, TEXAS 77640
Dear Sir:
Re: Contract VII - Landscaping & Final Grading, Port Arthur Business Park
After checking our bid, it's apparem we honestly erred in the addition of the separated
price break down o£the base bid. The math error occurred when Item#1 was mistakenly
excluded from the Materials figure, when added tc this number it brings the total to
$367,936.03.. This is the corrected amount.
We also noticed two areas in our bid where the materials and equipment figures are quite
low. ltem #3 and Item #5.
Item #3
$20,000 materials cost were not included
Item #5 $I0,000 equipment cost were not included
These of course are causing us great concern.
Also noted in our bid the total allotted days for the completion of'Contract VII is 240.
We will need a large amount of days to complete tiffs project, because we are so low in
om' pricing.
Would you please review our bid, and then call us at 409/722-7939. 1 would lkke to hear
fi`om you promptly.
Ph, 800-722-7939
Fax 409-724-6461
Pg, 409-72~-5763
e-mail: janus @ pernet, net
SANDRA'S ENTERPRISES, INC.
2951 W. HwY. 365 · PORT ARTHUR~ TEY. AS 77 -.
February 27, 2003
Mr. William R. Hughes, Jr. P.E.
Schaumburg & Polk, Inc
8865 College Street
Beaumont, TX 77707
Dear Sir:
Re: Contract VII - Landscaping & Final Grading, Port Arthur Business Park
After checking our bid, it's apparent we honestly erred in two areas where the materials and
equipment figures are quite low. Item #3 and Item #5.
Item #3
$20,000 materials cost were not included
Item #5 $113,000 equipment cost were not included
Since this of course is causing us great concern, we are asking to withdraw our bid without
penalty.
Please call us at 409/722-7939. 1 would like to hear from you promptly.
Sincerely,
President