HomeMy WebLinkAboutPR 15603: PM CONSTRUCTION BID AWARD FOR SANITARY SEWER REHABMEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: Stephen Fitzgibbons, City Manager
FROM: Kelly Eldridge, Director of Utility Operations /~'z'Y~^a~.(
DATE: October 28, 2009
SUBJECT: Proposed Reso]ution No. 15603
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 15603 awazding the bid for the Sanitary
Sewer Rehabilitation by Pipebursting & Sliplining Methods to Serve Basins EV75, PR78, LV49, LV56, &
N127, Contract No. 8, to PM Construction, of Pasadena, Texas, in the amount of $3,085,560.00.
BACKGROUND
This is our last of three Phase II SSES projects performed under the ARRA grant administered by the TWDB
that deals with Sanitary Sewer Collection System Rehabilitation by the pipebursting & sliplining methods. This
contract is for sewer rehabilitation in the El Vista, Pear Ridge, Lakeview, and North LS azeas, as delineated by
our TCEQ-mandated SSES. Eight (8) contractors attended the mandatory pre-bid meeting, and the following
five (5) bids were received on October 14, 2009:
Adjustment
Bidder Factor Total Bid
ALLCO, Inc. 0.947 $3,381,973.75
Beaumont, TX
Horseshoe Construction 0.89 $3,178,412.50
LaPorte, TX
Williamson Construction 0.930 $3,321,262.50
Lumberton, TX
Huff&Mitchell 0.949 $3,389,116.25
Cypress, TX
PM Construction 0.864 $3,085,560.00
Pasadena, TX
These type projects utilize a bid form that already has established prices for each item, and contractors are
asked to provide a bid in the form of an Adjustment Factor to be multiplied to each line item to produce a total
bid. This prevents contractors from unbalancing bid items and allows the City to better control costs. On
October 13, 2009, Addendum No. 1 changed the bid form to include additional bid items from anotherbasin in
order to ensure we did not miss any items from our SSES recommendations, and spend within our grant
amount. As evidenced above, PM Construction did not acknowledge receipt of this addendum, but provided a
bid factor on the old bid form. Upon further investigation, it appears that they were not issued the Addendum
by email or fax. PM Construction has offered to utilize the bid factor they provided for the items covered by
the Addendum, and that acknowledgement letter is attached. From discussions between the City, our
consulting engineer, and the TWDB, it has been determined that we could accept the bid factor furnished, even
though it was on the incorrect bid form.
BUDGETlFISCAL EFFECT
This bid is 86.4% ofthe engineer's estimate. Funds are available in ARRA GrantFundNo.404-1625-532.83-
00, City Project No. 404PB8.
STAFF/EMPLOYEE EFFECT
City staffand our consulting engineer, Arceneaux & Gates, will oversee this 550 day project.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 15603 authorizing the execution of a
wntract with PM Construction, of Pasadena, Texas, in the amount $3,085,560.00 for the Sanitary Sewer
Rehabilitation by Pipebursting & Sliplining Methods to Serve Basins EV75, PR78, LV49, LV56, & N127,
Contract No. 8, City Project No. 404PB8.
P.R. No.15603
10-15-09
RESOLUTION NO.
A RESOLUTION AWARDING A CONTRACT AND
AUTHORIZING THE EXECUTION OF SAID CONTRACT IN
THE AMOUNT OF $3,085,560.00 FOR THE SANITARY
SEWER REHABILITATION BY PIPEBURSTING &
SLIPLINING METHODS TO SERVE BASINS EV75, PR78,
LV49, LV56, & N127, CONTRACT NO. 8, BETWEEN THE
CITY OF PORT ARTHUR AND PM CONSTRUCTION, OF
PASADENA, TEXAS, ACCOUNT NO. 404-1625-532.83-00,
CITY PROJECT N0.404PB8.
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 five contractors for
the Sanitary Sewer Rehabilitation by Pipebursting & Sliplining Methods to Serve Basins EV75, PR78,
LV49, LV56, & NI27, Contract No. 8; and,
WHEREAS, the appazent low bidder, PM Construction, did not acknowledge receipt of
Addendum No. 1 which altered the Bid Form, but has offered to utilize the bid factor provided for
all bid items, including those specified in Addendum No. 1, as noted in Exhibit "A"; and,
WHEREAS, Arceneaux & Gates Consulting Engineers, Inc. has reviewed the bids and
recommends awazd to the lowest responsive, responsible bidder, PM Construction and, a copy oftheir
recommendation and bid tabulation is attached hereto as Exhibit "B";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 awazds the contract for the Sanitary
Sewer Rehabilitation by Pipebursting & Sliplining Methods to Serve Basins EV75, PR78, LV49,
LV56, & N127, Contract No. 8, to the lowest responsive bidder to-wit; PM Construction, of
Pasadena, Texas, for sewer line construction in the amount of $3,085,560.00, contingent upon
P.R. No. 15603
10-28-09
Page 2 of 3
TWDB approval and funding; and,
THAT the Mayor and City Manager of the City of Port Arthur is hereby authorized to
execute on behalf of the City of Port Arthur a contract between the City of Port Arthur and PM
Construction in the amount of $3,085,560.00, a copy attached hereto as Exhibit "C" ,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 ofinsurance; 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 Standazd Form Contract, a copy of which is attached
hereto as Exhibit "D", 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
Councihnembers:
NOES:
Deloris Prince, Mayor
P.R. No. 15603
10.28-09
Page 3 of 3
ATTEST:
APPROVED AS TO FORM:
Terri Hanks
City Secretary
APPROVED FOR ADMINISTRATION:
Step en Fitzgibbons
City Manager
~~
Ross Blackketter, PE
Director of Public Works
J/.O ~ /~.~c-~
Ke y Eldri ge
Director of Utility Operations
APPROVED AS TO AVAILABILITY OF FUNDS:
„-,
~19~7,~,2~~~~~~~-
Deborah Echols
Director of Finance
Account No.: 404-1625-532.83-00
Project No.: 404PB8
AGREED TO:
PM Construction
Date
ricung .,~~y H«~~~~~y
EXHIBIT A
(PM Construction letter)
~MCONSTRUCTION
Tuesday, October 20, 2009
Ross E. Blacklcetter, P.E.
City of Port Arthur
City Hall, 444 4`h Street
Port Arthur, Texas 77641-1089
RE: City. of Port Arthur Sanitary Sewer Rehabilitation by Pipe Bursting and
Sliplining Methods, Basins EV75, PR78, LV49 & 56 -Contract No. 8
TWDB Project No. ILJP73036
Dear Mr: Blackketer, P.E.:
This letter serves as formal notice; it is the intent of PM Construction & Rehab, LP to
honor our bid factor of 0.864 towards the amended base total price of $3,571,250.00 for
the City of Port Arthur Sanitary Sewer Rehabilitation by Pipe_Bursting and Sliplining
Methods, Basins EV75, PR78, LV49 & 56 -Contract No. 8. This agreement to sustain
our factor justifies our position due to the fact that no unit pricing was altered by the
addition of quantities to the individual unit items. As is customary, PM Construction
submitted its bid according to all terms and conditions of the specifications represented in
the bidding documents and furthermore understands that time is of extreme emphasis
based on grant dollazs pending from the Texas Water Development Boazd as part of the
federal American Recovery and Reinvestment Act. .
PIvl Construction is familiaz with the special reporting provisions required with such a
contract and has a full staff of competent professionals to facilitate such needs. PM
appreciates your consideration of this matter and looks forwazd to the opportunity to
provide our services, expertise and yeazs of experience to the citizens of Port Arthur. If
you have any questions or need further assistance, please feel free to contact PM
Construction and Rehab, LP at your earliest convenience at 713-921-2905 or
bkeller(t, jpmconst.com. Thank you again for your time and consideration.
Respectfully,
~~
Brent A. Keller
Regional Vice President
131 N. Richey, Pasadena, Texas 77506 - (713) 921-2905 Office (713) 4TL3262 Fas
EXHIBIT B
(A&G Recommendation)
ARCENEAUX
GATES
ARCENEAUX & GATES
Consulting Engineers, Inc.
Engineers • Surveyors • Planners
October 28, 2009
Mr. Ross Blackketter, PE
Director of Public Works
CITY OF PORT ARTUR
PO Box 1089
Port Arthur, TX 77641-1089
RE: RECOMMENDATION OF AWARD OF CONTRACT FOR
CONSTRUCTION OF SANITARY SEWER REHA8ILITATION BY
PfPEBURSTING & SLIPUNING METHODS TO SERVf
BASINS #EV75, PR78, LV49 & 56, PROJECT NO. CPA-490, CONTRACT NO.B
TWDB PROTECT NO. IUP#73036
Dear Mr. Blackketter:
On October 14, 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 1, 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 me. 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 PM Construction of Pasadena, Texas. Their total
amount bid was $3,085,560.00. The firm submitted the required bid surety. After the bid opening, it was
discovered that this bidder did not receive an addendum which altered the original bid form. Since all that the
bidders were required to furnish in their bids was a Unit Price Adjustment Factor, we, the City and the TWDB
determined that we could accept the bid factor furnished, even though it was on an incorrect bid form.
In consideration of all bids received, we recommend that the City of Port Arthur approve the award of this
ontract to PM 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. r eneoux, PE, PLS
Presiden CEO
Enclosure: Bid Tabulation
One Turtle Creek Square 3501 Turtle Creek Dr., Suite 102 Port Arthur, TX 77642 409/724-7886 FAX 409/724-1447
BID TABULATION
For The
SRCENEHU% Sanitary Sewer Rehabilitation by Pipe Bursting 8 Sliplining Methods
& To Serve
GgTES
corrsmamrc BASIN # EV 75,PR 78, LV49 8 56
crrcragas•tna Job No. CPA-490, Contract No. 8
BIDS OPENED: October 14, 2009 at 3:15 P.M.
ITEM
# KIND OF WORK
(ITEM DESCRIPTION) MEAS
UNIT BASE UNIT PRICE
(Dollar and Cents in Words) BASE PRICE
TOTAL
1 CLEANING: 8-12" Sewer All Depths LF 86,500 One Dollar and Fifty Cents $ 129,750.00
2 TV INSPECTION: 8-12" Sewer All Depths LF 86,500 One Dollar and Thirty Cents $ 112,450.00
3 POINT REPAIR EACH 25 Five Hundred Dollars and No Cents $ 12,500.00
8"-12" Swr,Up to 10' Deep and 6' in Length
4 REPLACEMENT BEYOND POINT REPAIR LF 6000 Twenty-Seven Dollars and No Cents $ 162,000.00
8"-12" Swr, Up to 10' Deep ,Over 6' Length
5 POQJT REPAIR EACH 10 Six Hundred Fifty Dollars and No Cents $ 6,500.00
8-12" Swr,Over ]0' Deep Up to10' in Length
6 REPLACEMENT BEYOND POINT REPAIR LF 4500 Thirty-Two Dollars and No Cenfs $ 144,000.00
8-12" Swr,Over 10' Deep, Over 10' in Length
7 SLIPLINING: 8 "Sewer, All Depths, SDR 21 LF 6500 Twenry-Two Dollars and No Cents $ 143,000.00
8 PIPE BURSTING: 8" to 8.625 " OD LF 37000 Twenty-Nine Dollars and No Cents $ 1,073,000.00
All Depths ,SDR 19, Complete in Place
9 PIPE BURSTING: 8-10" to 10.750" OD LF 10000 Thirty-Two Dollars and No Cents $ 320,000.00
All Depths ,SDR 19, Complete in Place
10 PIPE BURSTING: 10" to 12.750" OD LF 3000 Thirty-Seven Dollars and No Cents $ 111,000.00
All Depths ,SDR 19, Complete in Place
11 PIPE BURSTING:Exising 12" to 16.00" OD LF 8000 Forty-Two Dollars and No Cents $ 336,000.00
All Depths, SDR 19, Complete in Place
12 Removal & Repl. of Wood/ Chain Link Fence LF 1000 Fifteen Dollars and No Cents $ 15,000.00
All Heights, Std. New Materials ,Pre Approved
13 Removal & Repl. of 4- 12" Concrete SW SFT 1000 Four Dollars and Filly Cents $ 4,500.00
incl. Reinforcement, Baze etc. Pre Appmved
14 Removal & Repl. of 6-8" Concrete SW/DW SFT 1000 Six Dollars and No Cents $ 6,000.00
incl. Reinforcement, Baze etc. Pro Approved
I S Removal & Repl. of upto 2 "Hot-Mix SFT 1000 Three Dollars and Fifty Cents $ 3,500.00
Asphaltic Conc. (Type D), incl. Tack Coat
16 Removal & Repl. Of Semi-Rigid Baze Course SFT I OOD Two Dollars and No Cents $ 2,000.00
Page 1 of 3
ITEM KIND OF WORK MEAS ESTM BASE UNR PRICE BASE PRICE
NO. (ITEM DESCRIPTION) UNIT QTY. (Dollar and Cents in Words) TOTAL
l7 Removal & Repl. Concrete Curb & Gutter LF 1000 Three Dollars and No Cents $ 3,000.00
18 Saw Cut (Not with lack Hammer) ConcJAsph LF 800 One Dollar and Fifty Cents $ 750.00
Pavements, All Depths, As Needed
19 Cement Stabilized Sand Backfill Ton 1500 Twenty-Five Dollars and No Cents $ 37,500.00
L64TonslCY, Extra, or Approved Alternate
20 Flagmen For Traffic Control How 100 Twenty-Five DoOars and No Cents $ 2,500.00
Uniformed Peace Officer, Approved Location
21 Obstmction Removal 8-12" Sewer, Each 10 Four Hundred Dollars and No Cents $ 4,000.00
All Depths, By Excavation,Complere
22 AdjusUReset Manhole Cover Upto 12 inches Each 10 Two Hundred Dollars and No Cents $ 2,000.00
Using Existing Frame & Cover
23 Adjust/Reset Manhole Cover Upto 12 inches Each ]0 Four Hundred Dollars and No Cents $ 4,000.00
Using New Frame & Cover
24 Adjust/Reset Manhole Cover Over 12 inches VF 30 Twenty-Five Dollars and No Cents $ 750.00
25 New Shallow Manhole Upto 5' Depth Each 5 Twelve Hundred Dollars and No Cents $ 6,000.00
Complete w/Connections (FG or Pre-Cast)
26 New Standard Manhole 5 to 8' Depth Each 25 Twenty-Two Hundred and No Cents $ 55,000.00
Complete w/Connections (FG or Pre-Cazt)
27 Extra Height Manhole Over 8' Depth VF 50 Thirty-Five Dollars and No Cents $ 1,750.00
In addition with 22A
28 Additional Manhole Base in Wet Sand w/Piles Each 5 Fifteen Hundred Dollars and No Censs $ 7,500.00
In addition with 22A and/ or 22B
29 Rehab of ManholeWall with one inch Coating VF 1000 Ninety-Five Dollars and No Cents $ 95,000.00
Liner material of approved mix Design
includes benches, watls,bottom charnels etc.
30 I2" sdr 21, All Depths LF 5000 Sixry-five Dollars and No Cents $ 325,000.00
Complete in Place
31 ReLonnea Service Connections including Each 600 Three Hundred Fifty Dollars and No Cents $ 210,000.00
Slack [o Liner,Up[o 10' Depth and IO' distance
32 Re-Connect Service Connections including Each 200 Four Hundred Dollars and No Cents $ 80,000.00
Stack to Liner,Over ]0' Depth 10' distance
33 As Above Beyond 10' Distance LF 100 Twenty-Five Dollars and No Cents $ 2,500.00
]n addition [0 24A or 24 B
34 Instal] New Clleanout Bbeynd 10' Distance Each 27 One Hundred Fifty Dollars and No Cents $ 4,050.00
N addition to 24A or 24 B
35 Trench Safety Design Each 1 Five Thousand Dollars and No Cents $ 5,000.00
Page 2 of 3
ITEM
ND. KIND OF WORK
(ITEM DESCRIPTION) MEAS
UNIT ESTM
QTY. BASE UNR PRICE
(Dollar and Cents in Words) BASE PRICE
TOTAL
36 Trench Safetv System, All Types Soil Over 5' LF 5000 Five Dollars and No Cents $ 21,000.00
37 Extra Concrete 3500 psi, w/wo Reinforcement CY 100 Sevrnty-Five Dollars and No Cents $ 7,500.00
38 Ex[m Excavation -Machine,. Pre Approved CY 1000 Forty-Five Dollars and No Cents $ 45,000.00
39 Extra Ezcavation - By Hand Pre Approved CY 100 Seventy-Five Dollars and No Cents $ 7,500.00
40 Bypass Pumping per Section 01005 SET UP 25 Seven Hundred Fitly Dollars and No Cents $ 18;750.00
41 Groundwater Dewatering per Section 01006 SET-UP 10 Three Thousand Dollars and No Cents $ 30,000.00
42 Cash Allowance, Testing, Utility Re-Location LS 1 Ten Thousand DoOas and No Cents $ 10,000.00
Total of Base Unit Prices (A) $ 3,571,250.00
Contractor Unit Price Ad'ustment Factor Total Amount Bid
PM Construction
Pasadena, TX 0.864 $ 3,085,560.00
Horseshoe Construction
LaPorte, TX 0.890 $ 3,178,412.50
wlliamson Construction
Lumberton, TX 0.930 $ 3,321,262.50
ALLCO, Inc.
Beaumont, TX 0.947 $ 3,381,973.75
Huff & Mitchell
Cypress, TX 0.949 $ 3,389,116.25
:*?
u......ue•.uo
P.
~ RONALD J.ARCI
~, .. ~- 50052
~.
/ ~"
Ronald J. Arc n ux, P.E., P.L.S.
ARCENEAUI GATES CONSULTING ENGINEERS. INC.
~t`~:w;:::=~` /0.27.09
Page 3 of 3
EXHIBIT C is available for review
in the City Secretary's Office
EXHIBIT D
(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 15581 is an exact duplicate of an applicable standard 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 standard form contract is:
[X] Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8189; 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 1/5/88, 5/89(§10), 7/89(§8),
10/89; 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 1/5!88, 5/89
(§ 10), 7/89 (§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 Standazd 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 standazd form have been
deleted from said contract:
Page 1 of 3
(p.2 Revised 9/18/90)
(Certificate of Standazd Form Contract, page 2)
DELETIONS
Subsection or
Page Number Section or Paragraph No. Subpazagraph No. and
Where Deleted Provision and Caption Which Caption Which Contains
Is Found On Standard 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 § & caption
Sub § or Sub ¶ No. sub § & caption, etc.
Page No. § or ¶ No. & & Caption Description of said contract
Where Caption of of of which contains altered,
Provision Found Standad Form Standard Form Provision etc. provision; &
on which which in Description of
Standazd Form Contains Provision Contains Provision Standad Form Alteration etc.
B-1 thru B-5 Section B Advertisement for Bids added ARRA conditions
C-9 Section C Information to Bidders Includes schedule for
mandatory pre-bid
meeting.
H-lA Section H Supplemental General Added specifics about
Conditions Part A project & scope.
Page 2 of 3
p.3 Revised 9/18/90)
(Certificate of Standazd Form Contract, page 3)
[X] The following provisions have been added to Said Contract:
Page, Section and Caption
Subsection and Caption, etc. of Said Contract Which
Contains the Added Provision and Description Thereof
Sub § or Sub ~ No.
§ or ¶ No. & & Caption of
Page No. Where Caption of Standard 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 General TWDB "ARRA Pink
Conditions Part C Sheets"
I further certify that said attached proposed City Council Resolution contains the fallowing 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 "D" and is hereby incorporated
by reference, and said changes are 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 ~c~'!t" day of ~~7-C~~ .2009.
/~
Department ead
Page 3 of 3