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