Loading...
HomeMy WebLinkAboutPR 15601: WILLIAMSON CONSTRUCTION CONTRACT FOR HWY 365 LS FORCE MAIN CONTRACTMEMORANDUM CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT TO: Stephen Fitzgibbons, City Manager FROM: Kelly Eldridge, Director of Utility Operations I`~~~/~ DATE: October 29, 2009 SUBJECT: Proposed Resolution No. 15601 I recommend that the City Council approve Proposed Resolution No. 15601 authorizing the execution of a contract with Williamson Construction, Inc., of Lumberton, Texas, in the amount $312,095.00 for the Hwy 365 LS Force Main, Main "C" Canal Crossing, Contract No. 2, City Project No. 404365. This ARRA grant project will replace sections of cast iron and asbestos cement pipe adjacent to and across Main "C" Canal along FM 365. City crews have installed approximately a half mile of 12" pipe and this project will complete it by constructing an aerial crossing of the canal. Seven (7) contractors attended the mandatory pre-bid meeting, and the following five (5) bids were received on October 28, 2009: Bidder Total Bid ALLCQ Inc. $320,335.00 Beaumont, TX Brystar Contracting $381.905.00 Beaumont, TX PLACO, Ltd. $383,736.62 Lumberton, TX REYTEC Const. $350,725.00 Houston, TX Williamson Construction, Iac. $312,095.00 Lumberton, TX BUDGET/FISCAL EFFECT The engineer's estimate was approximately $350,000. Funds are available in Fund No.404-1625-532.83-00, City Project No. 404365. STAFF/EMPLOYEE EFFECT City staff and our consulting engineer, Arceneaux & Gates, will oversee this 550 day project. SUMMARY I recommend that the City Council approve Proposed Resolution No. 15601 authorizing the execution of a contract with Williamson Construction, Inc., of Lumberton, Texas, in the amount $312,095.00 for the Hwy 365 LS Force Main, Main "C" Canal Crossing, Contract No. 2, City Project No. 404365. P.R. No. 15601 10-15-09 RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT AND AUTHORIZING THE EXECUTION OF SAID CONTRACT IN THE AMOUNT OF $312,095.00 FOR THE HWY 365 FORCE MAIN, MAIN "C" CANAL CROSSING, CONTRACT NO. 2, BETWEEN THE CITY OF PORT ARTHUR AND WILLIAMSON CONSTRUCTION, INC., OF LUMBERTON, TEXAS, ACCOUNT N0.404-1625-532.83-00, CITY PROJECT N0.404365. WHEREAS, the City is currently under an Agreed Order with the TCEQ to rehabilitate its sanitary sewer system; and, WHEREAS, there exists a need to reduce flows and eliminate sanitary sewer overflows in our collection and treatment systems; and, WHEREAS, the City of Port Arthur advertised and received bids from four contractors for the Hwy 365 LS Force Main, Main "C" Canal Crossing, Contract No. 2; and, WHEREAS, Arceneaux & Gates Consulting Engineers, Inc. has reviewed the bids and recommends awazd to the lowest responsive, responsible bidder, Williamson Construction, Inc.; and, WHEREAS, a copy of their recommendation and bid tabulation is attached hereto as Exhibit "A"; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the City Council of the City of Port Arthur hereby awards the contract for the Hwy 365 LS Force Main, Main "C" Canal Crossing, Contract No. 2 to the lowest responsive, responsible bidder to-wit; Williamson Construction, Inc., of Lumberton, Texas, for sewer line construction at $312,095.00, contingent upon TWDB approval and funding; and, THAT the Mayor and City Manager of the City of Port Arthur are hereby authorized to execute on behalf of the City of Port Arthur a contract between the City of Port Arthur and Williamson Construction, Inc. in the amount of $312,095.00, a copy attached hereto as Exhibit "B", P.R. No. 15601 10-29-09 Page 2 of 3 contingent upon TWDB approval; and, THAT the contractor shall not proceed on any phase or segment of this work until a Notice to Proceed is issued with receipt of performance and payment bond and certificate of insurance; and, THAT, the said contract is an exact duplicate of a City Standazd Form contract except for the changes (if any) shown in the Certificate of Standard Form Contract, a copy of which is attached hereto as Exhibit "C", and said changes aze hereby approved; and, THAT, the contractor shall sign the contract documents as well as this resolution agreeing to the terms hereof; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , 2009 at a Regulaz Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Deloris Prince Mayor P.R. No. 15601 10-29-09 Page 3 of 3 ATTEST: Terri Hanks City Secretary APPROVED FOR ADMINISTRATION: Stephen Fi i bons City Manager Ross Blackketter, PE Duector of Public Works ~~ ~- ~6 Kelly Eldri ge Director of Utility Operations APPROVED AS TO FORM: Valecia T' o City Attorney (~ ~~ ~1~ 1 APPROVED AS TO AVAILABILITY OF FUNDS: ~~~~ Deborah Echols Director of Finance Account No.: 404-1625-532.83-00 Project No.: 404365 AGREED TO: Williamson Construction, Inc. Date EXHIBIT A (A&G Recommendation) ARCENEAUX GATES ARCENEAUX & GATES Consulting Engineers, Inc. Engineers • Surveyors • Planners October 29, 2009 Mr. Ross Blackketter, PE Director of Public Works CITY OF PORT ARTUR PO Box 1089 Port Arthur, TX 77641-1089 RE: RECOMMENDATION OF A WARD OF CONTRACT FOR CONSTRUCTION OF HWy 365 LIFT STATION FORCE MAIN - MAIN "C' CANAL CROSSING, PROJECT NO. CPA-490, CONTRACT N0.2 TWDB PROJECT NO. IUPJt73036 Dear Mr. Blackketter: On October 28, 2009 the City of Port Arthur Purchasing Department received five (S) sealed bids for the above referenced project. The legal notices for this project were advertised in the Port Arthur News for two consecutive Sundays. Additionally, the Plans and Specifications for the project were placed on file locally with the Associated General Contractors, the City and at our offices. The Engineer conducted a mandatory pre-bid meeting on October 8, 2009 with several contractors in attendance. The bids were opened in my presence at 3:15 p.m, and the results were read aloud by Keestan Cole, Graduate Engineer for the firm. We have checked the bids submitted and have prepared the attached certified Bid Tabulation for your review. The lowest, responsive, responsible bid was received from the firm of WILLIAMSON CONSTRUCTION of Lumberton, Texas. Their total amount bid was $312,095.00. The firm submitted the required bid surety. In consideration of all bids received, we recommend that the City of Port Arthur approve the award of this contract to WILLIAMSON CONSTRUCTION on the basis their firm submitted the lowest, responsive, responsible bid. We recommend that the bid surety from the three lowest bidders be retained until a contract is executed. Very truly yours, ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Ronald J. c neaux, PE, PLS - Presiden / EO Enclosure: Bid Tabulation One 1Lrtle Creek Square 3501 Turtle Creek Dr., Suite 102 Port Arthur, TX 77642 409/724-7866 FAX 409/7241447 ARCENEAUS GATES commvrtra enoanexas, me. BID TABULATION For The Hwy. 785 LS Force Main-Main "C" Canal Crossing To Serve The Ciry of Port ARhur Job No.: CPA480 Contract 2 BIDS OPENED: October 26, 2009 at 7:15 P.M. WIIIIemeOn Conetmdion LumOOHOn, Tx ALLCO, LTD Beaumont, Tx Reytvo COnsbuctlon Resourcvv Houston, Tx B 6uumontnTxne LumbaHOnTDa 1. 2. 3. 4. 5. 8. 7. 8. 9. 0 1 2 3 4 5 6 Base Bid Itsms MoWllzelion Seotlin Removal of Exist. 12" Water Line 78" Oudlle Iron Water Line In Steel Casin 16"Ductile Iron Water Line 12"PVC Wafer Line 3" Alr Release Valve for Water Llne 16" T.S.&V. Removal of Exist. 6" Duclile Iron San6a Sewer 12" Ductile Iron Sanity Sewer In Steel Casin 12"Duclile Iron Senita Sevrer 2" Air Release Valve for Senita Sewer Removal of Elistln Timber Piles end Bents 18"zt6"x35' Pre-Cast Concrete Pile with Bent 16"x16"x20' Pre-Cast Concrete Pile with Bent 3" SCH 40 Steel PI aline Guartlrell Total Baae Bld OTT. 1 1 180 135 730 20 1 1 160 135 500 1 4 3 2 2 Rama 8 $ $ $ $ $ $ $ $ E $ $ S $ Unit Prlca 11 500.00 500.00 5.00 190.00 780.00 80.00 2 300.00 11 600.00 8.00 170.00 90.00 1 750.00 250.00 34 430.00 27 500.00 1 000.00 E S $ $ E $ $ $ $ $ $ E $ $ S S Amount 1 / 500.OD 500.00 900.00 25 850.00 23400.00 1600.00 2 300.00 11 800.00 1080.00 22 950.00 45000.00 1 750.00 1 000.00 103 280.00 55 000.00 2000.00 709 720.00 $ E E E $ E S $ $ $ $ 8 E $ 5 Unit Price 14 500.00 250.00 14.00 232.00 183.00 158.00 4 200.00 14 500.00 14.00 220.00 754.00 2 700.00 1 700.00 2d,000.00 14 000,00 2500.00 E $ $ $ $ $ $ E $ 8 E $ $ E E $ $ Amount 14 SOD.00 250.00 2 520.00 31 320.00 23790.00 3180.00 4 200.00 14 500 00 2 520.00 29 700.00 77000,00 2 700.00 fi 800.00 72 000.00 28 000.00 5000.00 717 980.00 $ 8 $ E $ $ $ $ $ $ $ $ E $ $ Unlt Price 20 000.00 1 000.00 t2.D0 300.00 200.00 184.00 2000.00 17 000.00 12.00 290.00 150.00 2 300.00 2 700.00 25 000.00 13 000.017 3 000.00 $ $ $ S $ E $ E E S $ E Amount 20 000.00 1 OOD.00 2 780.00 40 500.00 28000,00 3280.00 2 000.00 17 000.00 2 160.00 39 150.00 75000.00 2 300.00 10 800.00 75 000.00 26 000.00 6 000.00 348 750.110 $ $ $ E S $ $ $ $ $ 8 E $ Unlt Price 32 000.1%1 4 250.00 13.00 182.00 212.00 32500 3 840.00 15 000.00 12.00 788.00 108.00 3 100.00 fi 000.00 31 000.00 30 000.00 2,500.00 $ $ $ $ $ $ $ S $ $ $ $ Amount 32 OOD.00 4 250.00 2340.00 24 570.00 27580.00 8500.00 3840.00 15 000.00 2 180.00 22 410,00 54000.00 3 100.00 24 000.00 B3 000.00 60 000.00 5 00000 779 570.00 E $ E $ $ $ $ $ $ $ $ S $ $ E Unit Price 28 327.42 597.40 29.87 221.04 238.88 53.77 2 748.02 21 685.48 23.90 173.24 95.58 1 792.19 477.92 32 757.88 32,184.94 7 824.5d E $ $ $ S S S $ $ $ $ $ S $ $ Amount 26 327.42 597.40 5 378.60 29 040.40 31084,80 1075.40 2 748.02 21 685.48 4 302.00 23 387.40 47780.00 t 792.19 1 911.68 98 273.87 6d 389.88 15 849.08 776 217.72 7 8 9 0 Su IOmental Items Extra ReiMomin Steel Exlro Class "A" Concrete Fxtra Cement Stabilized Santl Extra Bank Sand Total Suoolame0tel qTY. 500 70 10 10 Ilema $ $ $ $ Unit Price 0.75 150,00 30.00 20.00 $_ - $ $ $ $ Amount 375.00 1 500.00 300.00 200.00 2 375.00 $ S $ $ Unlt Pdce 0.75 150.00 30.00 20.00 E $ $ $ $ Amount 375.00 1 500.00 300.00 200.00 2 775.00 $ $ $ $ Unlt PHCe 0.75 150.00 30.00 20.00 $ $ $ E Amount 375.00 1 500.00 300.00 200.00 2175.00 $ $ $ Unlt PrICO 0.75 150.00 30.00 20.00 $ $ Amount 375.00 1 500.00 300.00 200 d0 2 775.00 $ $ $ Unit Price 1.19 597.40 71.69 23.90 E $ $ E $ Amount 595.00 S 974.00 778.80 239.00 7 624.90 Total Amount Bid E 312 095.00 E 320 335.00 E 750 725.00 E 381 905.00 363 736.62 xvuvwrrzwM.u NawRxm ~RONALDJ~E/WX~+I ~f~3' ,<~5g~0 _q.~ It,~S CEN O~ ra'r `E~Siarni~,~ /o• 29.0 ~~~~..~~ RmW I. Mun,a0. P.l.. P.L9. PRCENEPU%l6PtE9C 5 LIINC ENpINfERa,INC. EXHIBIT B is available for review in the City Secretary's Office EXHIBIT C (City of Port Arthur) (Law Department) (Required Form) (7/8/88) (10/5/89) (3/15/90) (9-8-94) (p.2 Revised 9/18/90) CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract") affixed to the attached Proposed City Council Resolution No 15601 is an exact duplicate of an applicable standazd form contract (the title of which is shown below) previously approved by the Law department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with all necessary information and except for the changes described below. The title of the applicable standazd form contract is: [X] Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89; 4/28/94 [ ]Non-Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89; 4/28/94 [ ]Federal -Professional Services -Engineering Contract, Revised 1/5/88, 5/89 (§10) 7/89/(§8); 10/89; 2/91 (§8) [ ]Non-Federal -Professional Services -Engineering Contract, Revised I/5/88, 5/89(§ 10), 7/89(§8), 10189; 2/91(§8) [ ]CDBG -Professional Services -Engineering Contract, Revised 1!5/88, 5/89 (§ 10), 7/89(§8), 10/89; 2/91 (§8) [ ]Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§ 10), 7/89 (§8); 10/89; 2/91 (§8) [ ]Non-Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised I/S/88, 5/89 (§10), 7189 (§8); 10/89; 2/91 (§8) [ ]CDBG -Professional services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§ 10), 7/89 (§8); 10/89; 2/91 (§8) [ ]Other Standard Form Contract, described as follows: The changes aze as follows: (Put an "X" in the appropriate [ ]) (]None. [ ]The following described provisions at the indicated page, section, etc. of the standard form have been deleted from said contract: Page 1 of 3 (p.2 Revised 9/18/90) (Certificate of Standard Form Contract, page 2) DELETIONS Subsection or Page Number Section or Paragraph No. Subparagraph No. and Where Deleted Provision and Caption Which Caption Which Contains Is Found On Standazd Contains Provision Provision Deleted From Form Deleted From Form Form None. Description of Provision Deleted [X] The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Page No. § or Q No. & Where Caption of Provision Found Standazd Form on which Standard Form Contains Provision B-1 thru B-5 Section B C-9 Section C H-lA Section H Sub § or Sub ¶ No. & Caption of Standard Form which Contains Provision Description of Provision in Standard Form Advertisementfor Bids Information to Bidders Supplemental General Conditions Part A Page § & caption sub § & caption, etc. of said contract which contains altered, etc. provision; & Description of Alteration etc. added ARRA conditions Includes schedule for mandatory pre-bid meeting. Added specifics about project & scope. Page 2 of 3 p.3 Revised 9/18/90) (Certificate of Standard Form Contract, page 3) [X] The following provisions have been added to Said Contract: Page, Section and Caption Subsection and Caption, etc. ojSaid Contract Which Contains the Added Provision and Description Thereat' Sub § or Sub ¶ No. § or ¶ No. & & Caption of Page No. Where Caption of Standazd Standazd Form Description of Added to Form which which Contains Addition to Description of Standard Form Contains Addition Addition Standard Form Addition H-iC, pg. 1-63 Section H Supplemental Genetal TWDB "ARRA Pink " Conditions Part C Sheets I further certify that said attached proposed City Council Resolution contains the foll owing provision: "That said contract is an exact duplicate of a City Standazd Form Contract except for the changes described in the Certificate of Standazd Form Contract, a copy of which is attached hereto as Exhibit "C" and is hereby incorporated by reference, and said changes aze hereby approved." I understand that this certificate will be relied on by the Law Department in reviewing and approving (or rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract. Signed this ~~~day of (~Z+~ .2009. Deparhnent ead Page 3 of 3